SOLICITATION NOTICE
C -- PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACTS FOR SURVEYING SUPPORT SERVICES, VICKSBURG DISTRICT.
- Notice Date
- 3/25/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-04-A-0003
- Response Due
- 4/27/2004
- Archive Date
- 6/26/2004
- Point of Contact
- Alice Scott, 601-631-7906
- E-Mail Address
-
Email your questions to US Army Engineer District, Vicksburg
(Alice.W.Scott@mvk02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- POC Mrs. Jennifer Chambers 601/631 5562. 1. CONTRACT INFORMATION: Up to two contracts will be awarded as a result of this announcement. Work will be accomplished under Indefinite Delivery Contracts NTE $1.0M each for the base year (with an option pe riod with an additional $1.0M) by the issuance of individual task orders, NTE $1.0M. An option period may be exercised at any time upon the exhaustion of funds during the base year. Work will be issued by negotiated firm-fixed price task orders. Allocat ion of task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. This announcement is OPEN TO ALL BUSINESSES REGARDLESS OF SIZE. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requireme nt for a subcontracting plan. The FY 2004 preliminary subcontracting goals for the Vicksburg District are: (1) at least 57.2 percent of a contractor??????s intended subcontract amount to be placed with small businesses (SB) including small disadvantaged b usinesses (SDB), women-owned small business (WOSB) and service-disabled Veteran-owned small business; (2) at least 8.9 percent of a contractor??????s intended subcontract amount be placed with SDB; (3) at least 8.1 percent of a contractor??????s intended s ubcontract amount to be places with WOSB; (4) at least 3.0 percent of a contractor??????s intended subcontract amount be placed with service-disabled Veteran-owned small business; and (5) at least 3.0 percent of a contractor??????s intended subcontract amo unt be placed with HUBZone small business. Effective 14 June 1999, the small business size standard for A-E services (SIC code 8711) is $4.0M. Subcontracting intentions are to be outlined in Block 6 of the SF 255. 2. PROJECT INFORMATION: The work cons ists of professional services in connection with surveying required at various locations primarily within the limits of the Vicksburg District which includes parts of Arkansas, Louisiana, and Mississippi. Use of the metric system of measurement may be req uired for some task orders. 3. SELECTION CRITERIA: Preselection criteria will be based on the following considerations which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. Have one o r more registered land surveyors in each of the states of Arkansas, Louisiana, and Mississippi. B. Have a minimum of 3 years of demonstrated experience in the following areas: GPS surveys, automated hydrographic surveys utilizing DGPS, LIDAR surveys, gage and discharge surveys, automated topographic surveys utilizing total stations and data collectors, cadastral surveys, OTF or RTK surveys, and multi-beam or fan-sweep hydrographic surveys. C. Have demonstrated experience in the performance of first order horizontal and vertical control surveys. D. Have the necessary equipment, boats and personnel with demonstrated experience in the performance of the above type of surveys. E. Have demonstrated experience in the use of CADD/GIS systems. All drawings shal l be furnished in Bentley Microstation design file compatible format or ESRI compatible format. Deliverables and backups must be of current version in operation by the Vicksburg District at time of contract award. Responding firms must, as a part of thei r response, state the type of CADD system to be used by their firm and explain in detail how the system will be made compatible with the Vicksburg District CADD/GIS system. Firms failing to submit as a part of their response, information on how they will achieve complete CADD/GIS compatibility with the Vicksburg District's system, will not be considered. Selection criteria will be based on the following conside rations and are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. A. Specialized experience in first-order horizontal and vertical control surveys, GPS control surveys, automated hydrographic surveys in real time utilizing DGPS technology, LIDAR surveys, gage and discharge surveys on large a nd small streams, topographic surveys utilizing total stations and data collectors formatted for entry into CADD/GIS computer systems, topographic surveys utilizing vehicle-mounted OTF or RTK Differential GPS systems, multi-beam or fan-sweep hydrographic s urveys, and cadastral surveys including large land areas accepted by state or Federal courts to settle boundary disputes. B. Capacity in terms of personnel, including management personnel, with demonstrated experience and qualifications in all areas of su rveying required above, and necessary equipment to assure prompt response to and completion of surveying assignments (short listed firms may be required to show model and serial numbers of all equipment shown in the SF 255). C. Professional qualifications of employees designated to work under this contract, including professional recognition, professional registration, advanced degrees, and recognized designations of industry professional organizations. D. Knowledge of locality in terms of terrain feature s, area-working conditions, location of major landforms, and river basins, etc. E. Past performance - consideration will be given to ratings on previous A-E DoD contracts for engineering services. F. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontrac tor, or joint venture partner, the greater the participation, the greater the consideration. G. Geographic proximity to Vicksburg, Mississippi. H. DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the fi nal selection process, the most highly qualified firms will be interviewed. The contracts will be awarded on or about July 1, 2004. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work are invited to submit one copy of a combined SF 255 and separate SF 254s for prime and each consultant to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services Group (CEL MK-ED-AC), 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include ACASS numbers in Blocks 3b and 6 of SF 255. Call the ACASS Center at (503) 326-3459 to obtain a number. All telephone calls should be directed to Mrs. Jennifer Chambers, (601) 631- 5562. This is not a RFP. A fee proposal will be requested at a later date.
- Place of Performance
- Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Country: US
- Zip Code: 39183-3435
- Record
- SN00554299-W 20040327/040325212419 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |