Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2004 FBO #1074
MODIFICATION

C -- Indefinite Delivery Contracts for Architect and Engineering (A-E) Services for Surveying & Mapping Services to Support the Mobile District & the South Atlantic Division.

Notice Date
11/2/2004
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-05-R-0001
 
Response Due
11/10/2004
 
Archive Date
1/9/2005
 
Small Business Set-Aside
Partial Small Business
 
Description
This solicitation, originally advertised and modified on 5 October 2004, is again modified as follows: CONTRACT INFORMATION: Architect-Engineering (A-E) services are required for an Indefinite Delivery Contract for Surveying & Mapping Services to support the Mobile District and the South Atlantic Division. The Mobile District Corps of Engineers intends to award multiple contracts for Survey and Mapping Services for support of the Military, Civil Works, and Support For Others Programs within the bou ndaries or other locations as may be assigned to the Mobile District and South Atlantic Division as a result of this solicitation. Initially, one contract will be awarded on an unrestricted basis using a full and open competition and one contract will be a warded as a small business set-aside. The contract term for the unrestricted award will be for three (3) years and the small business set-aside five (5) years. In the event both awardees are classified as small businesses, both contracts will be awarded fo r a term of five (5) years. Work will be issued by negotiated firm-fixed-price task orders. The cumulative amount of all task orders will not exceed $3,000,000 if an award is made to a large business, and will not exceed $5,000,000 for award(s) to small bu siness(es). The Government intends to initially award the contract for $1,000,000, with the reserved right to modify the contract amount to the full solicited amount stated herein during the term of the contract. If a large business is selected for this co ntract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 50.9% of the contractor's intended sub contract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7.2% be placed with women-owned small businesses (WOSB), 2.9% be placed with HUB Zone small business, and 0.5% be placed with Service-Disabled V eteran-Owned Small Business. A detailed subcontracting plan must be submitted during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. Sele ction of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. The North American Industry Classification System (NAICS) code for this action is 541370 with a small business size standard of $4,000,000. PROJ ECT INFORMATION: The selected firms will be required to perform surveying and mapping services. The Contractors selected could be required to perform services in the States of Mississippi, Alabama, Florida, Georgia and Tennessee with possible work in South and Central America or other locations as may be assigned to the Mobile District and South Atlantic Division. Some of the services are of the following types: detailed topography, airborne LIDAR, GPS, GIS, multispectral data and photogrammetry. Delivery o f files must be made on DVD, CD-ROM, portable storage devices (firewire hard drives) or an FTP site. GIS services shall include database development with Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) compliant personal Geo DataBase and SQL enterprise GeoDataBase with government supplied database schemes. SELECTION CRITERIA: The selection criteria are listed below. Criteria A thru D are primary. Criteria E thru F are secondary and will only be used as tie-breakers among techn ically equal firms. A. PROFESSIONAL QUALIFICATIONS: The contract will require the following 10 disciplines: (1) Project Managers (as many as needed to cover t he types of services  topography, LIDAR, GIS, photogrammetry) (2) Registered Land Surveyors with registration number for the States of Alabama, Florida, Georgia, Mississippi and Tennessee (3) Four Party Chiefs (including at least one GPS) (4) CADD Special ist (5) Certified Photogrammatrist (6) Stereoplotter Operator (7) GIS Analyst (8) Geodatabase administrator (9) Remote Sensing Analyst (10) LIDAR specialist; Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline. No more than three (3) resumes per discipline shall be submitted except where more than three (3) are specifically requested. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in thi s announcement. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. B. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE in: (1) mapping production using the Tri-Service A/ E/C CADD Standards and Tri-Service Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) (2) converting non-standard CADD graphics to SDS (3) development of project level GIS implementation featuring feature classes or coverages t hat are SDS and SDTS compliant (4) development of GeoDatabase using Access or SQL that are SDS compliant (5) multispectral imagery including the type sensor used, software package utilized and products derived (6) photogrammetric services including airwort hy aircraft, currently certified precision aerial camera, hardware and software to perform fully analytical aerotriangulation, analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DTM/DEM data collection and manipulation of terrain data, DTM airborne laser mapping, digital data editing facilities, ability to provide orthophoto products (hardcopy and digital), and airborne GPS capabilities for aircraft navigation and photo control (7) provid ing digital data readable and operational with the latest versions of ESRI's ArcInfo and ArcView GIS, Bentleys GeoGraphics and MicroStation, Autodesk, AutoMap and AutoCAD (8) Topographic Lidar data collection and processing including the type sensor used, software package utilized and products derived SF330, PART I, Section H shall include a matrix for items (1) thru (8) which correlates each item with example projects listed in Section F. Section H shall be limited to no more than 10 pages. C. CAPACITY TO ACCOMPLISH THE WORK: (1) Capacity of firm to furnish equipment and personnel to maintain four detailed topographic crews (2) Personnel and equipment to accomplish airborne global positioning system (ABGPS) controlled photogrammetry on a timely schedule (3 ) Personnel and equipment to accomplish airborne laser mapping (LIDAR) (4) In SF330, PART I, Section H describe the firms' quality management plan, including quality assurance, and coordination of the in-house work with consultants. Section H shall be limi ted to no more than 10 pages. D. PAST PERFORMANCE: Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules E. GEOGRAPHIC LOCATION: Geographic location with respect to Mobile Distri ct. F. Applies only to Large Business Firms) SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS AND WOMEN-OWNED SMALL BUSINESS PARTICIPATION: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed paper copy of their SF 330 (Architect-Engineer Qualifications) to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW , ATTN: Mr. George V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa .gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. All fonts shall be at least 10 or larger. Submittals must be received no later than 3:00 P.M. Central Time on 10 November 2004. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. Include ACASS number in SF330 PART I, Section B, B lock 5. To obtain ACASS number call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in PART I, Section F . A Part II is required for each branch office of the Prime Firm and any Subcont ractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 15 November 2004. As required by acqu isition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visit for the purpose of discussing this solicitation is not allowed. To be eligible for contract award, a firm must be registered with t he Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec. http://www.sam.usace.army.mil URL http://www.sam.usace.army.mil Cesam.plansroom@sam.usace.army.mil EMAIL ce sam.plansroom@sam.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00702695-W 20041104/041102212000 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.