SOLICITATION NOTICE
C -- AE Indefinite Delivery Contract for Land Surveying Services within the jurisdiction of the Norfolk District, COrps of Engineers.
- Notice Date
- 2/7/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-08-R-0021
- Response Due
- 3/11/2008
- Archive Date
- 5/10/2008
- Point of Contact
- Debora Gray, (757) 201-7551
- E-Mail Address
-
Email your questions to US Army Engineer District, Norfolk
(debora.s.gray@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PROJECT INFORMATION: The work consists of land surveying services including: Project control surveys, Global Positioning System (GPS) surveys, utility surveys, and other surveys listed in the selection criteria. The Norfolk District Corps of Engineers announces its intentions to award a Firm Fixed-Price Indefinite Delivery Architect Engineer (A-E) contract for professional land surveying services, procured in accordance with PL 9 2-582 (Brooks A-E Act) and FAR Part 36, as required for various projects within the Norfolk District boundaries. The possibility exists that work may also be performed for other Districts within the boundaries of the Corps of Engineers. The Government, at its discretion, may award more than one Indefinite Delivery Cont racts under this announcement. Each contract will have a base period of one year from the date of award with options to extend for up to four additional one-year periods. No contract will exceed a term of five years or a maximum of $3,000,000.00 total co ntract amount. Work will be assigned by issuing task orders. Individual, firm-fixed price task orders will not exceed $500,000. The Governments minimum obligation for the base year is $10,000 and $5,000 for each individual option year. The estimated award date of the contract is April 2008. Competition for this acquisition is restricted to small businesses. The North American Industrial Classification Code (NAICS) for this procurement is 541370, which has a size standard of $4,500,000. To be eligible for a 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/. THIS IS A SMALL BUSINESS SET-ASIDE PROCUREMENT. SELECTION CRITERIA: Firms must demonstrate i n their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria a-d are primary factors. Criteria e-f are secondary factors and will only be used as tie-breakers among techni cally equal firms. (a) Specialized Experience and Technical Competence of the Prime Firm to Perform: (i) Surveying services consisting of: (1) Horizontal and vertical control surveys, (2) GPS surveys, (3) Topographic surveys, (4) Utility lo cation surveys, (5) Boundary surveys (incl. research, setting property corners, &c), (6) Establishing, producing and recording easements and rights-of-way plats and documents (incl. legal descriptions, plats, &c), (ii) Demonstrated ability to: (1) Establish 1st and 2nd Order horizontal and vertical control markers, (2) Establish and record NGS benchmarks. (iii) Demonstrated experience in working in: (1) Accepted horizontal datums (NAD**), (2) Accepted vertical datums (NAVD**, NGVD**). (iv) The ability to produce: (1) Digital files in a format compatible with AutoCAD or Microstation, (2) ASCII digital files from data collection output, (3) TIN and DTM files compatible with AutoCAD or Microstation. (v) Specialized equipment (ow ned or leased) to be utilized on the project should be included in Section H on SF 330. (b) PROFESSIONAL QUALIFICATIONS: (i) Registration as a Professional Land Surveyor; (ii) CADD Operators (c) Capacity to perform two $250,000 work ord ers within a 6-month period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines, (d) Past Performance as described in Note 24 - {Note 24. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this anno uncement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement.} (e) Volume of DoD contract awards in the last 12 months as described in Note 24. (f) 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 total estimated effort. SUBMISSION REQUIREMENTS: See Note 24 for general submissio n requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 330 for the prime firm and all consultants, to the US Army Corp of Engineers, Norfolk District, 803 Front Street, Norfolk, VA 23510-1096, ATTN: Ms. Deb bie Gray not later than March 11, 2008 at 4:30 pm. Include the firms ACASS number in SF 330. For ACASS information call 503-808-4590. Facsimile transmission s will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will prevent ac cess to FedTeDS and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS FOR PLANS/SPECS WILL NOT BE HONORED. Contractors please note: Online Representations and Certifications Applications (OCRA) apply to this solicitation. With OR CA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to enter certification that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature or list any changes.
- Place of Performance
- Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Country: US
- Zip Code: 23510-1096
- Record
- SN01503390-W 20080209/080207231607 (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 |