SOLICITATION NOTICE
C -- Architect-Engineer Services for an Indefinite Delivery Contract for Architect and Engineering (A E) Services for Surveying & Mapping Services to Support The Mobile District & The South Atlantic Division
- Notice Date
- 8/8/2006
- Notice Type
- Solicitation Notice
- 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
- W91278-06-R-0107
- Response Due
- 9/7/2006
- Archive Date
- 11/6/2006
- Small Business Set-Aside
- N/A
- Description
- POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. JOHN D. HIGBY, JR. SUBMIT QUESTIONS TO FAX 251 694-3626. This notice is posted in its entirety and hereby serves as the official solicitation for this contract. CONTRACT INFORMATION: Architect-Engineeri ng (A-E) services are required for an Indefinite Delivery Contract for Surveying & Mapping Services to support the Mobile District and the South Atlantic Division. Multiple awards will be made from this solicitation. The Mobile District COE intends to awar d three (3) contracts for Survey and Mapping Services for support of the Military, Civil Works, and Support For Others Programs within the boundaries or other locations as may be assigned to the Mobile Dist. and SAD as a result of this solicitation with at least three (3) awards being made in a combination from a small-business set-aside, 8(a) competitive, and unrestricted basis. The contract period for the unrestricted award will be for 3 years and the small business and 8(a) set-asides for 5 years. In the event all awardees are classified as small businesses, award periods will be for 5 years. The cumulative amount of all task orders will not exceed $3,000,000 if award is made to a large business and will not exceed $5,000,000 for award(s) to small busines s(es). Firms must be evaluated as Most Highly Qualified in order to be selected for a contract. 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 awardees are classified a s small businesses, contracts will be awarded for 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 business(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 contra ct. The total contract value awarded from this solicitation will not exceed $15,000,000. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it in tends to subcontract. Selection 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. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected f or this contract, 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 51.2%of the contractor's int ended subcontract amount be placed with small businesses (SB), 8.8% be placed with small disadvantaged businesses (SDB), 7.3% be placed with women-owned small businesses (WOSB), 3.1% be placed with HUB Zone small business, and 1.5% be placed with Service-D isabled Veteran-Owned Small Business. The subcontracting plan is not required with this submittal. 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. PROJECT INFORMATION: The contracts will primarily be used for surveying/mapp ing, geographical information system, and engineering analysis / modeling as it pertains to GIS development. The engineering analysis and modeling includes, but is not limited to, analyzing and modeling of temporal, spatial, economic, and social data as it relates to GIS systems and development. The selected firms will be required to perform surveying/mapping, engineering, and GIS services. The Contractors select ed could be required to perform these services in the States of Mississippi, Alabama, Florida, Georgia and Tennessee with possible world wide operations as may be assigned to the Mobile District and South Atlantic Division. Some of the services are of the following types: detailed conventional topography, airborne LIDAR, GPS surveys, multispectral data collection, processing and analysis, hyperspectral data collection, processing and analysis, photogrammetry, GIS development and management, and engineering analysis/modeling. Airborne LIDAR shall include data collection, processing, automated point classification and feature extraction. Photogrammetry shall include both digital and film capabilities. GIS services shall include database development with Spatia l Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) compliant personal GeoDataBase, SQL enterprise GeoDataBase with government supplied database schemes, GIS tool development which includes implementation of temporal, spatial, economi c, and social data modeling algorithms, and the writing of reports to document the tool development. Engineering services shall include analysis and modeling of temporal, spatial, economic, and social data, and the writing of reports to document analysis a nd modeling of these data. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criterion E is secondary and will only be u sed as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Professional Land surveyors with registration number for the states of Alabama, Florida, Georgia, Mississippi, and Tennessee; (2) Project Managers (as many as needed to cover the types of services Topography, LIDAR, GPS, Photogrammetry, Multispectral/ Hyperspectral, and GIS); (3) R egistered Professional Engineer with registration number in any U.S. state; (4) Four Party Chiefs (including at least one GPS); (5) CADD Specialist; (6) Certified Photogrammetrist with registration number; (7) GIS Analyst; (8) GeoDataBase administrator; (9 ) LIDAR specialist. No more than three (3) resumes per discipline shall be submitted except where more than three (3) are specifically requested. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in B lock 13, PART I, Section E. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will c onsider education, training, registration, relevant experience in the type work required, and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Mapping production using the Tri-Service A/E/C CADD Standards and Tri-Service Spa tial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE); (2) Converting non-standard CADD graphics and GIS data sets to SDSFIE data structure; (3) Development of project level GIS implementation featuring feature classes or coverages t hat are SDSFIE compliant; (4) Development of GeoDatabase using Access or SQL that are SDS compliant; (5) Hyperspectral imagery including the type sensor used, software package utilized and products derived including data management of large data sets; (6) Digital photogrammetric services including type sensor used, software package utilized and products derived; (7) Topographic Lidar data collection and processin g including the type sensor used, software package utilized and products derived including data management of large data sets; (8) Analyzing and modeling of temporal, spatial, economic, and social data as it relates to GIS systems and development; (9) Topo graphic surveys that include underground utilities in congested areas and the process involved in marking the utilities. In Block H of the SF 330 include a matrix for items (1) thru (9) which correlates each item with example projects listed in Section F. Also in Section H describe the quality management plan for the firm, including quality assurance and coordination of the in-house work with consultants. Section H shall be limited to no more than 10 pages. C. Capacity to Accomplish the Work: (1) Show capac ity of firm to furnish equipment and personnel to maintain four detailed topographic crews; (2) Personnel and equipment to acquire, process and analysis hyperspectral imagery; (3) Personnel and equipment to acquire and process airborne laser mapping data. D. Past Performance: Past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible doc umentation included in the SF 330. E. 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 c olleges 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 invit ed to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edit ion, 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. Include DUNS number in Block 5 of the SF330 PART I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall be limited to no more than 10 pages. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum f or PART I. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 07 SEPTEMBER 2006. Regulation requires that the Selection Board not consider any submittals received after this time and da te. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about 12 S EPTEMBER 2006. As required by acquisition 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 s election board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of di scussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
- 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
- Zip Code: 36628-0001
- Record
- SN01109296-W 20060810/060808221710 (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 |