Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2007 FBO #2057
MODIFICATION

T -- Modification 3 to Announcement W9128F-07-R-0020 for Photogrammetry, Surveying, Mapping, CADD, GIS, and related Engineering Services for the Omaha District and Northwestern Division.

Notice Date
7/13/2007
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
W9128F-07-R-0020
 
Response Due
7/31/2007
 
Archive Date
9/29/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Modification 03 of announcement W9128F-07-R-0020 deletes all previous modifications to the announcement. Solicitation W91289F-07-R-0020 is restricted to SMALL BUSINESSES ONLY under NAICS Code 541370 having a size standard of $4.5 Million Dollars. The government intends after successful negotiations with the most qualified firms to award up to two contracts fo r Photogrammetry, Surveying, Mapping, CADD, GIS, and related Engineering Services for various civil works and military projects within the geographic boundaries of the Omaha District and the Northwestern Division. Work shall include aircraft operations; a erial cameras; aerial Mapping; film and film processing; photographic prints and film enlargements; feature and topographic detailing; drafting; digital mapping; Satellite Imagery, LIDAR, Orthophoto maps; generation for Computer-Aided Drafting and Design ( CADD) system, geographic Information System (GIS) Automated Mapping/Facility Management (AM/FM), GeoBase Data Collection and Delivery, DIFRM Experience, and other spatial databases; ground survey control support; supplemental ground topographic survey dens ification; and contractor quality control functions. Surveying requirements will consist of horizontal and vertical control for photogrammetric, cadastral, topographic, hydrographic and construction surveying. Global Positioning System (GPS) surveying ca pability will be required utilizing static, fast static and kenematic procedures to obtain three dimensional coordinate values. National Map Accuracy Standards and Corps of Engineers or other Federal Agency control standards may be required. Total statio n three-dimensional (3-D) data collections techniques will be required, including break-line technology (TIN/DTM compilation); and locating and verifying both above and below ground utility systems using all available electronic means. Offerors are also a dvised that there could be requirements for performance of work on U. S. Government federal properties or military installations requiring proper identification and appropriate clearances for personnel to gain access to the facility or military installatio n. Selection criteria, in descending order of importance are that the submitting offerors should: 1) Demonstrate the ability to complete projects under aggressive schedules for surveying and photogrammetry work requirements, 2) Exhibit adequately qualifi ed personnel in surveying, photogrammetry and related disciplines and provide resumes of those qualified personnel on staff that will be assigned to a resultant contract. Inclusion of resume's of personnel not intended to work on this contract may be grou nds for non-selection. If after submission of the proposal or after award of a contract, the proposed individuals are unable to fulfill the obligation of the solicitation, the proposed replacements personnel shall have similar or getter education and expe rience credentials. Those credentials shall be provided in writing to the Contracting Officer for review. If the submitted changes are found acceptable, written acceptance of the substitution will be provided the selected firm or awarded firm. 3) Demons trate past surveying and photogrammetry experience by including up to 10 representative projects performed within the past five (5) years with a maximum dollar value not to exceed $1,000,000.00 of two and three dimensional digitized mapping performed in ac cordance with the Engineering Manual, EM 1110-1-1000, Photogrammetric Mapping, and Experience. Also provide examples of the offerors qualifications and capabilities to perform topographic surveying in accordance with the requirements outlined in EM 1110-1 -1005, Topographic Surveying to include utility location. 4) Demonstrate capability to perform Boundary surveying with courthouse research through project examples. Submit up to five (5) examples of $1,000,000.00 or less performed within the past 5 years . Boundary surveys required may include accomp lishment of courthouse research (adjoiners, out-grants and easements), and licensed Land Surveying. Examples of Boundary Survey experience required by this paragraph shall be added to the SF 330 as an attachment labeled Attachment 1 - Boundary Survey Expe rience. This attachment shall be provided on 8 1/2 X 11 inch bond paper in no smaller than 10 pt. font. All attachment pages shall be included in the total page count of the submittal, not to exceed 150 pages. 5) Demonstrate experience and have qualific ations to perform hydrographic surveying in accordance with the requirements outlined in EM 1110-2-1003, Hydrographic Surveying, by providing up to 5 examples of Hydrographic surveying performed within the past 5 years with a dollar parameter of no more th an $1,000,000.00. Examples of Hydrographic Surveying experience required by this paragraph shall be added to the SF 330 as an attachment labeled Attachment 2 - Hydrographic Experience. This attachment shall be provided on 8 1/2 by 11 bond paper in no les s than 10 pt. font. All attachment pages shall be included in the total page count of the submittal, not to exceed 150 pages. 6) Provide a list of the firms State-of-the-art surveying and photogrammetry equipment available for use in performance of the r esultant contract, 7) Exhibit past experience in performance of DoD contracts of up to five (5) examples completed over the past five (5) years with a maximum dollar parameter of not to exceed $250,000.00, 8) Exhibit locations for the firm in the general geographic areas listed above, provided there is an appropriate number of qualified firms therein for consideration, and 9) Show the Volume of DoD work currently awarded to the offering firm and how it would impact new workload. The following Evaluation Criteria will be used to evaluate offeror documentation received. Exceptional - The offer exceeds the scope of the announcement requirements in the majority of the aspects of the particular factor. The Offer also provides advantages and exceeds the anno uncement requirements in performance or capability indicating maxim um benefit to the Government. The factor has no weaknesses or omissions. Above Average - The Offer exceeds the scope of the announcement requirements in many aspects of the particular fa ctor. The Offer provides advantages in key areas or exceeds announcement requirements in performance or capability indicating significant benefit to the Government. The factor or may contain weaknesses or omissions that have no impact on the Offer as a w hole. Average - The Offer matches the scope of the announcement requirements of the particular factor. There may be strengths but they may not aggregate into an advantage indicating additional benefit to the Government or may be offset by weaknesses. Ma rginal - The Offer matches some but not all of the announcement requirements of the particular factor. There may be limited or individual strengths but they do not aggregate into an advantage and are offset by weaknesses, significant weaknesses, deficienc ies or omissions. The Government may still receive benefit from the Offer submitted. Unacceptable - The Offer fails to meet a majority of announcement requirements or has omitted critical information required to evaluate the factor. There are no strengt hs. The Offer contains a large number of or highly significant weaknesses, significant weaknesses, omissions and/or deficiencies. For the factors any omissions or failure to match the announcement requirements will be evaluated as Unacceptable. Final de liverable products of Digitized mapping will primarily be furnished in Microstation V8 format, AutoCADD Format, ESRI Product format, ERDAS formats, and SDSFIE related formats. All data will have associated FGDC compliant metadata. The resultant negotiated contract(s), up to two (2) will have a period of performance of a base year and four (4) one (1) year optional periods, not exceeding a total duration of five (5) years from date of award of contract (s). The Maximum Contract amount will not exceed $1,000,000 per performance period, one year (1) each, with No task order exceeding $1,000,000.00. If the maximum contract capacity of a contract period is reached, the Government may exercise the subsequent contract option period early. Firms having capabilities to perform this work and desiring consideration for selection are invited to submit a completed SF 330, identifying personnel and equipment owned by the fir m, including but not limited to resumes of proposed project managers, registered land surveyors, certified photogrammetrists, licensed professional engineers, and other key personnel, aerial cameras, airplanes, photo lab and reproduction equipment, compute rs and support equipment. Include digital compilation and drafting capability, stereo plotters with digitizing capability, ortho and analytical photogrammetry equipment, theodolites, electronic distance measuring equipment, hydrographic and topographic su rveying equipment, etc., that would be available for use on a resultant contract. Firms should have sufficient personnel with technical competence and expertise on staff or as submittal members-subcontractors to perform the work without assigning a signif icantly large portion of their resources. An original and two copies of the Completed SF 330 and its attachment information is limited to 150 pages of print in 10 font or larger. The SF 330 and attachments must reach the U.S. Army Corps of Engineers, Con tracting Division Offices, 106 S 15th Street, Omaha, NE 681 02-1618, no later than Close of Business (COB) July 31, 2007 to be considered for evaluation. COB is considered to be 4:00 PM CDT, Omaha Time. Send the offers to: U.S. Army Corps of Engineers, O maha District, Attn: CENWO-CT-M (Vogt), 106 S 15th Street, Omaha NE 68102-1618. Mark packaging of Offers with the announcement number W9128F-07-R-0020, submittal date, July 31, 2007, and Offers name and address. Also mark the packaging to state (To be op ened by Contracting Division Personnel only.) No other general notification to firms under consideration for a resultant contract will be made. This is NOT a Request for Proposal.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN01342136-W 20070715/070713221550 (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 |
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.