MODIFICATION
R -- Multi-Mission Studies and Projects (GIS) Services to support projects within the geographic boundaries of South Pacific Division, to include all or part of CA, NV, AZ, NM, and UT, with predominance in southern California, Nevada and Arizona.
- Notice Date
- 4/1/2004
- Notice Type
- Modification
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
- ZIP Code
- 90053-2325
- Solicitation Number
- W912PL-04-R-0020
- Response Due
- 4/25/2004
- Archive Date
- 6/24/2004
- Point of Contact
- Christina Chavez, (213)452-3246
- E-Mail Address
-
Email your questions to US Army Corps Of Engineers, Los Angeles
(Christina.Chavez@.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This modificiation to the synopsis is being issued to changes the NAICS to 541370 Surveying and Mapping (except Geophysical) Services in lieu of 543160 Geophysical Surveying and Mapping Services. 1. CONTRACT INFORMATION: This contract for Planning Services is being procured in accordance with the Brooks A-E act as implemented in FAR Subpart 36.6. See Note 24 of the FedBizOpps announcement. Firms will be selected for negotiation based on dem onstrat ed competence and qualifications for the required work. The services will consist primarily of Geographic Information System (GIS) and Mapping (including web-based) Services to support projects within the geographic boundaries of South Pacific Divis ion, t o include all or part of CA, NV, AZ, NM, and UT, with predominance in southern California, Nevada and Arizona (BLOCK 1 of SF 255). The majority of the work and services will be for Civil Works projects. However, there may be a smaller portion of th e work and services for military, regulatory, real estate and support for others projects. 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 r equireme nt for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 71% of the contractors intended subcontract amount will be placed with small businesses (SB), includi ng small disadvantaged businesses (SDB) 10.22% and HUBZONE Small Business 3%, Woman-owned businesses (WOB) 10.6% Services Disabled Veteran Owned Small Business 3.0%, Veteran Owned Small Business 3.0%. The plan is not required with this submittal. The cont ract wil l be negotiated and awarded with a base year and two option years. There will be one (1) indefinite delivery contract for Architect-Engineer (A-E) services. The contract amount will not exceed $3,000,000.00. Yearly cumulative amount of individual task orde rs per contract not to exceed $1,000,000.00. The contracts will include an option for extension for a second and third option year, not to exceed $1,000,000.00 per year. If contract amount for the base year period or preceding option year periods has been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base year period or preceding option year periods. The estimated contract start date is June 2004 for a period of 12 months (through June 2005). Work is subject to availability of funds. Estimated construction cost is not applicable. The North American Industry Classification System (NAICS) code for this action is 541370. To be eligible for a contract award, a firm must be regi stered in the DoD Central Contractor Registration (CCR) at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work and services shall consist of providing support to projects in the form of a) Geographic Information Systems (GIS); b) Global Positioning Systems (GPS); c) Drawing and map conversion; d) Raster scanning and vector convers ion; e) Finish map or production from GIS datasets; f) Large format map production; g) Application support us ing Microsoft Visual Basic, Python, Javascript, and/or .NET programming environment; h) database management and development in Oracle 9 (or success or); i) metadata support; and, j) developing GIS and network system needs and design architecture for indivi dual projects and District-wide GIS initiatives. An understanding of the Corps of Engineers project delivery process is required to support project development. Deliverable GIS data shall be submitted in compliance with the Tri-Service Spatial Data Standar ds. Deliverable GIS data residing within the Los Angeles Districts network shall comply with District and CEEIS network architecture, network secu rity requirements and Army Microsoft contracting requirement s. The contract shall be required to provide professional on-site services specific, but not limited to, the use and application of the latest: a) ESRI ArcGIS environment including ArcView 3.2 (and successors), ArcGIS, ArcInfo (desktop and workstation), Ar cIMS, ArcSDE, Spatial Analyst, 3-D Analyst, Geostatistical Analyst, MrSID encoding, Image Analysis, StreetMap USA, and ArcPress; and, b) database design and development in Oracle 9 (or success or). The contractor shall have the capability to submit dig ital products or deliverables on CD-ROM, DVD and via the internet (primarily ftp). The Government will only accept the final product for full operation, without conversion or reformatting, in the following target application formats: ESRI ArcGIS and/or Bentley Systems Microstation. Typical projects and studies requiring support encompass flood plain management, water conservation, fish and wildlife habitat protection and enhancement, coastal shore protection and navigation, and a multitude of other comp lex water resources projects, studies and engineering activities. The firm selected for this contract will be expected to submit a design quality control/design quality assurance plan and to adhere t o the plan during the work and services under this contr act. The selected firm shall also have the capability of accomplishing a minimum of 50% of the total required work. In Block 10 of the SF 255 describe the firms Design Quality Control Plan (DQCP), inc luding Design Quality Assurance Plan (DQAP) of subcontr actor(s). The plans must be prepared, and approved by the Government, as a condition of contract award, but are not required with this submission. 3. SELECTION INFORMATION: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (f) are primary. Criteria (g) thr ough (h) are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized E xperience and Technical Competence in: (1) Geographic Information Systems (GIS) and GIS technologies as applied to analysis of physical features, natural resources and associated data; (2) fish and wildlife habitat evaluation measures; (3) civil, coastal, hydraulic and environmental engineering; (4) cartography and geography; (5) program and project management on large-scale water resources and infrastructure projects (6) ArcGIS and components thereof including but not limited to: ArcView, A rcInfo, ArcIMS, Spatial Analyst, 3-D Analyst, Geostatistical Analyst, Image Analysis, Visual Basic, and ArcSDE; (7) development of project specific and innovative GIS applications; (8) generating digital data readable and inter-operable with the latest ver sions of ESRIs ArcInfo and ArcGIS Suite, Bentley Systems Microstation, and Autodesks AutoCAD; and, (9) familiarity with GIS integrated numerical forcing models developed by the Corps of Engineers. b. Professional Qualifications: Qualified personnel with recent knowledge and experience in (1) Geographic Information Systems and analytical support components; (2) Database Management; (3) Visual Basic, Python, Javascript, and/or .NET programming environ ment; (4) Biology-HEP Analyst; (5)Civil, Coastal, Hydraulic, and Environ mental Engineering; (6) Geography and Cartography; and, (7) Program and Project Management. c. Capacity to accomplish the work in the required time and the availability of an adequate number of personnel in key disciplines. d. Knowledge of the locality such as geological features, biological features; climatic conditions, and local material resources. e. Past performance on DOD contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules. f. Geog raphic proximity (physical location) of the firm to the predominant geographic location (southern California) of the project(s). g. Extent of participation of S B, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. h. Volum e of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities for this work are invited to submit one (1) completed Standard Form (SF) 254 and 255, revised editions dated November 1992, Architect-Engineer and Related Services Ques tionnaires fo r the prime and one (1) SF 254 for each subcontractor/consultant, by addressing a transmittal letter to Contracting Office not later than 2:00 PM on the response date indicated above. The street address is: US Army Corps of Engineers, 915 Wil shire Blvd, S uite 1040, Attn: Tina Chavez, Los Angeles, CA 90053. To hand carry a submittal, arrangements must be made through Tina Chavez at (213)452-3246 prior to delivery. Lengthy cover letters and generic corporation brochures, or other presentations (such as BIND ING of SF 254 and 255) beyond those sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received within thirty (30) calendar days from the da te of issuan ce of this synopsis. If the thirtieth (30th) day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. Include ACASS number of the office that will perform the work in Block 3b. Call the ACASS Ce nter at 503 -326-3459 to obtain a number. In Block 10 indicate the estimated percentage involvement of each firm on the proposed team. Include an organizational chart of the key personnel to be assigned to the project. No other general notification will be made of thi s work. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Point of contact for Contracting Division, East Region Branch: Tina C havez (213 )452-3246, Technical Information: Claudia Avendano (213)452-3832.
- Place of Performance
- Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
- Zip Code: 90053-2325
- Country: US
- Zip Code: 90053-2325
- Record
- SN00558406-W 20040403/040401212351 (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 |