SOURCES SOUGHT
C -- INDEFINITE DELIVERY CONTRACT FOR HYDROGRAPHIC SURVEYING SERVICES
- Notice Date
- 12/20/2005
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-06-R-0010
- Response Due
- 1/24/2006
- Archive Date
- 3/25/2006
- Small Business Set-Aside
- N/A
- Description
- POC Contact: Robert M. Bencal, 215-656-6606 DESC: 1. CONTRACT INFORMATION: DISREGARD REGISTRATION INSTRUCTIONS NO SOLICITATION DOCUMENT WILL BE ISSUED. THEREFORE, IT IS NOT NECESSARY TO REGISTER. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. SUBMISSION REQUIREMENTS BELOW. POC: Robert M. Bencal, (215) 656-6606. The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for Hydrographic Surveying Services. The contract will be for a period not to exceed one year with options for two additional twelve (12) month periods. The fee for any one task order is not expected to exceed $400,000.00 with the cumulative amount of all task orders in either the base period or in each of the two option periods estimated to be about $700,000.00. The cumulative amoun t of all task orders for the base and option periods shall not exceed $2,100,000.00. Options may be awarded based on value or time at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: Work will normally be conducted within the geograph ic boundaries of the Philadelphia District, including, but not limited to the Delaware River and Bay and their tributaries in New Jersey, Pennsylvania and Delaware, the Chesapeake and Delaware Canal, coastal regions of New Jersey and Delaware and the inlan d lakes and dams maintained by the Corps. Work outside the Districts boundaries may be required. Work may be in support of Civil, Military or the Support for Others programs. The primary work under this contract is hydrographic survey work, which is to be performed in accordance with surveying procedures as outlined in U.S. Army Corps of Engineers Hydrographic Surveying Manual, EM 1110-2-1003, dated 1 January 2002. Secondary topographic survey work may also be required, and is to be performed in accorda nce with surveying procedures as outlined in U.S. Army Corps of Engineers Topographic Surveying Manual, EM 1110-1-1005, dated 31 August 1994. The contractor must provide information that all vessels are safe, suitable and meet U.S. Coast Guard requirement s and are available and will be used for operations in the waters where the referenced surveys are to be conducted and that qualified and experienced staff are available and will be utilized to operate the vessel and related surveying equipment. The selec ted contractor must have the ability to furnish information using state-of-the-art electronic data collection equipment, including Differential Global Positioning and the ability to post process collected data into the required digital formats including bu t not limited to Hypack 4.3, AutoCAD-2005 and ArcMap 9.0. The selected contractor shall have documented experience in the following surveying applications, which is typical of the work required under this contract: (1) Single transducer hydrographic surv eys, utilizing industry standard depth recorders at both high and low frequencies; (2) All modes of GPS, which shall include static, kinematic, RTK, and OTF; (3) High resolution multi-beam Sweep Surveys; (4) High resolution side scan sonar surveys; (5) Inv estigation requiring the use of Remotely Operated Vehicles (ROV) for visual or digital imaging; (6 ) Surveys using high resolution imagine sonar; (7) Bottom sampling, testing and analysis; (8) Magnetometer Surveys; (9) Environmental monitoring and Wetlands restoration surveys and studies; (10) Wreck and underwater obstruction/site investigations; (11) Beach erosion and replenishment monitoring surveys utilizing state-of-the-art methods; (12) Jetty/groin surveys; (13) Topographic survey capabilities to augme nt hydrographic surveys; (14) Over-bank surveys; (15) Hydrological/hydraulic surveys/studies; (16) Monitor dredge disposal sites; (17) 40-hour OSHA training for work for HAZMAT sites. 3. SELECTION CRITERIA: Significant evaluation criteria in relative de scending order of importance are: (1) Specialized experience (demonstrated minimum of 3 years) in hydrograp hic and topographic surveying procedures and related work, as outlined above under Project Information; (2) Professional qualifications of the available staff necessary for performance of the services (have either a current land surveyors license or profe ssional engineers license in each State within the district). The evaluation of professional qualifications will consider education, training, professional registration, organizational certifications, overall relevant experience and longevity with the fir m. (3) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (4) Past performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (5) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (6) Location of the firm in the general geograph ic area of the district and knowledge of the locality of the project will be a secondary selection criteria element provided a sufficient number of qualified firms respond to this announcement;. As a requirement for negotiations, the selected contractor w ill submit for Government approval a quality control plan which will be enforced through the life of the contract. The district reserves the right to terminate negotiations with firms that do not respond to Government requests for proposals, information, documentation, etc. 4. SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all Corps of Engineers as well as Department of Defense work for the 12 months prior to the date of this announcement. Firms which desire consider ation and meet the requirements described in the announcement are invited to submit a completed SF 330 Parts I and II revised 6/04 or more recent, to U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, P hiladelphia, PA 19107-3390, ATTN: Robert M. Bencal, not later than the close of business on the 30th day after the published date of the announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the nex t business day. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. All Contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://ccr.dlsc.dla.mil or you may call 1-888-227-2423. This is not a request for proposals. No other notification to firms for this project will be made.
- Place of Performance
- Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Country: US
- Zip Code: 19107-3390
- Record
- SN00955447-W 20051222/051221075923 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |