SOLICITATION NOTICE
C -- Indefinite Delivery AE Contract for Survey and Related Services, Primarily within the Southwestern Division Boundaries (Texas, Louisiana, New Mexico, Oklahoma and Arkansas)
- Notice Date
- 8/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-07-R-0138
- Response Due
- 10/4/2007
- Archive Date
- 12/3/2007
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: 1. CONTRACT INFORMATION: THIS IS FOR UNRESTRICTED COMPETITION. Surveying and mapping services are to be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. This announcement is open to all businesses regardless of size. North American Industrial Classification System Code applicable to this project is 541370 (SIC 8713), Engineering Services, which has a size standard of $4,500,000 in average annual receipts. Work will be primarily for Texas, Louisiana, New Mexico, Oklah oma and Arkansas areas. One (1) indefinite-delivery contract will be negotiated and awarded. The contract will have a term of three years. Work will be issued by use of negotiated, firm fixed-priced task orders. The total contract amount cannot exceed $ 4,500,000. This is considered part of a multiple award along with Solicitation Number W9126G-07-R-0137. Anticipated award for the first contract is March 2008. If a large business is selected for this contract, it must comply with FAR 52.219-9 regardi ng the requirement for a subcontracting plan on that part of the work it intends to subcontract. The Subcontracting goals for the Fort Worth District which will be considered in the negotiation of this contract are: (1) at least 51.2% of a contractor's int ended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 8.8% of a contractor's intended subcontract amount be placed with SDB; (3) at least 7.3% of a contractor's intended subcontract amount be placed with woman-owned small business; (4) at least 3.1% of a contractor's intended subcontract amount be placed with HUBZone small business; and, (5) at least 1.5% of a contractor's intended subcontract amoun t be placed with service-disabled veteran-owned small business (SDVOSB) certified contractors. The plan is not required as part of this submittal, but will be required with the fee proposal of the firms selected for negotiations. Before a SDB, WOSB, HUBZo ne, SDVOSB, is proposed as a potential subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. NO STATE-LEVEL certifications may be accepted. Failure of a prop osed small disadvantaged business to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The wages and benefits of service employees (see FAR 22.10) perfo rming under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/. Joint ventures must have its own CAGE code and be separately registered in CCR. 2. PROJECT INFORMATION: Surveying and ma pping services are required to support the Corps of Engineers civil works, military, and operations missions including the planning, design, and construction of water resource and military projects. Surveys will be required public and private lands, Corps of Engineers lake projects, and military installations. 3. SELECTION CRITERIA. The selection criteria for this contract are listed below. Price will not be used as a criterion. (a) The contractor must demonstrate experience in the planning and complet ing photogrammetric and LiDAR surveys using state-of-the-art equipment including airworthy aircraft, airborne GPS capabilities for aircraft navigation and photo control; and certified precision aerial mapping camera. Contractor must also specify types, te chnical specifications, and age of photogrammetric and LiDAR equipment available for this contract;(b) The contractor must demonstrate experience in collecting field survey data (vertical and horizontal controls, topography, bathymetric, cross-section, inverts, storm and sewer drains, bridges, weirs, and other in-stream structures, planimetric, construction layout, real estate and property boundaries, etc) using electronic total station with data collector, survey grade GPS equipment capable of subcentimeter measurement accuracy, and other CADD/GIS data processing equipment; (c) The contractor must also demonstrate the capability to field up to four (4), three-pe rson survey parties simultaneously. Contractor must also specify types, technical specifications, and age of equipment available for this contract; (d) The contractor must demonstrate experience in the acquisition and utilization of remotely sensed data incorporating existing mapping databases and/or generate thematic maps (providing topologically clean CADD files for GIS use); (e) The contractor must demonstrate experience in performing, utilizing, and/or producing analytical aero-traingulation, georecti fication, stereoplotter instrumentation, digital elevation model (DEM) and digital terrain model (DTM) data collection and manipulation, and developing planimetrics and contours, using state-of-the-art hardware, software, and analytical techniques. Contra ctor must also specify types, technical specifications, and age of equipment available for this contract; (f) The contractor must demonstrate capability to gather historical photos from hardcopy and/or digital sources and perform photo image interpretation to detect land use and change analysis utilizing digital softcopy techniques and manually via hardcopy; (g) The Contractor must demonstrate capability in conducting surveys for electrical and communication equipment including poles, guy wires, transforme rs, pullboxes, handholes, manholes, ducts entering manholes, cables, and appurtenant features; (h) The Contractor must demonstrate capability to conduct real estate surveys including monumentation, locating deeds of current tract/parcel owners, plat submit tals and recordation, and metes and bounds descriptions; (i) The contractor must demonstrate capability to reproduce and deliver photogrammetric and LiDAR mapping products (hardcopy and digital), 2D and 3D digital data, on CD-ROM, optical rewritable disks, or internet file transfer protocol (ftp) using the following georeferenced file types: Microstation v8, AutoCADD, ESRI v9.2, USGS raster formats, geotiff, and Mr. SID. b. Qualified personnel in the following key disciplines: Program / Project Manager (1) ; Texas Registered Land Surveyor (1); ASPERS Certified Photogrammetrist (2); Stereo-Compiler (2); Survey Party Chief (4); CADD Technician (2); GIS Specialist (2); Registered (PE in Texas) Hydraulic Engineer (1), Registered (PE in Texas) Electrical Enginee r (1). The evaluation will consider education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist), overall and relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with r espect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will conside r the availability of an adequate number of personnel in key disciplines and equipment availability. e. Knowledge of boundary and coordinate systems and topographic and geographic conditions within Texas and the states adjoining Texas. The following items are secondary criteria: (g) SUBCONTRACTING: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. (h) VOLUME OF DOD CONTRACT AWARDS: In Section H, Part I, SF330, firms must show their last 12 months DOD contract awards stated in dollars (see details in a subsequent paragraph ).4. SUBMISSION REQUIREMENTS: Submittals shall be sent to: US Army Corps of Engineers, Fort Worth District, Attn: June Wohlbach, 819 Taylor Street, Suite 2A19, Fort Worth, Texas 76102-0300 (P.O. Box 17300). GENERAL INSTRUCTIONS: (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit one copy of an SF 330 (6/2004 Edition), to the above address not later than 2:00 p.m. (Central Time) on the response date indicated above. It is preferred that the s ubmittal be printed double-sided. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and subconsultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using standard English. Front and back side use of a single page will count as 2 pages. Pages in exc ess of the maximums listed will not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each cons ultant; (b) In Section E, provide brief resumes of the on-staff or subconsultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Section F, a m aximum of 10 projects including the prime and subconsultants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, include the firm and location the person is associated with. The names of all individuals included in the re sumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart indicating how each firm on the proposed team ( prime and each subcontractor as identified in part I, Section C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of th is synopsis. When addressing team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the spec ific selection criteria listed in Section 3 herein. Under paragraph 3g, above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts sho uld not be counted as award amounts; only actual Task Orders (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. Generally, describe the firms overall Design Qualit y Management Plan (DQMP). (A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.) Indicate the estimated percentage involvement of each f irm on the proposed team. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontracto r offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 3 years) and dated either by an orig inal handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million; (b) In Block No. 4 Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bra dstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing t he work. Each branch office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Points of Con tact: Contracting June Wohlbach, (817) 886-1069, Technical Steve Schultz (817/886-1862), e-mail your questions to US Army Engineer District, Fort WorthMilitary at: june.wohlbach@swf02.usace.army.mil. This is not a request for proposal.
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN01381459-W 20070824/070822222101 (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 |