SOURCES SOUGHT
C -- PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR AUTOMATED HYDROGRAPHIC SURVEYING IN SUPPORT OF THE MAINTENANCE DREDGING PROGRAM WITHIN THE GEOGRAPHIC BOUNDARIES OF THE MISSISSIPPI VALLEY DIVISION
- Notice Date
- 12/29/2008
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Vicksburg District, US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-09-O-0001
- Response Due
- 1/29/2009
- Archive Date
- 3/30/2009
- Point of Contact
- Janalyn H. Dement, 601-631-5354<br />
- Small Business Set-Aside
- Total Small Business
- Description
- PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR AUTOMATED HYDROGRAPHIC SURVEYING IN SUPPORT OF THE MAINTENANCE DREDGING PROGRAM WITHIN THE GEOGRAPHIC BOUNDARIES OF THE MISSISSIPPI VALLEY DIVISION POC Sarah Palmer (601) 631-5682 1. CONTRACT INFORMATION: One contract will be awarded as a result of this announcement. Work will be accomplished under Indefinite Delivery Contracts with a base period and two option periods. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $1,575,000.00, whichever comes first. The base period along with each option period has an estimated value of $525,000.00 per year for a total of $1,575,000.00. Capacity not used in the base period may be carried forward for a total of $1,575,000.00. The period of any option will be 365 days from the date the Contracting Officer signs the exercise of the option or until exhaustion of the contract value of $1,575,000.00 whichever comes first. The cumulative total of Task Orders issued over the life of the contract shall not exceed $1,575,000.00. The work will be accomplished within the Vicksburg District, but may be in contiguous districts. This announcement is set aside for small businesses. 2. PROJECT INFORMATION: Professional services are required in connection with Automated Hydrographic Surveying and Automated Topographic Surveying in support of the Vicksburg District Maintenance Dredging and Mat Sinking Operations at various locations primarily within the limits of the Vicksburg District but may include adjacent Districts. Automated Real-Time Kinematic (RTK) Differential GPS Hydrographic Surveys and Automated Topographic Surveys will be required on the Mississippi River, its tributaries, and smaller streams and associated harbors. ADCP Surveys for the acquisition of river current and discharge data may be required for acquisition of current and flow patterns at locks and dams, around dikes, bridge piers or obstructions in channels. Work will be accomplished under indefinite delivery contract not to exceed $1,575,000. 3. PRESELECTION CRITERIA: Preselection will be based on the following criteria which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. demonstrate (via submissions with response to synopsis) recent (within two years) experience in Automated Hydrographic Surveying as well as ADCP data collection. B. demonstrate the capability to provide all services in a timely, professional manner and in a format consistent with Corps of Engineers drafting and surveying standards by submission of examples of completed work. C. clearly demonstrate the capability to furnish a minimum of two complete and independent automated hydrographic survey parties as well as a two man ADCP hydrographic survey party with all necessary equipment and supplies, including boat. D. Clearly indicate the capability in writing or through demonstration, if required, to respond on short notice (less than 8 hours) to emergency dredging requirements. This includes travel to the job site, completion of field-work, field plotting of information, and setting of survey control points for dredge alignment as directed. 4. SELECTION CRITERIA: Selection will be based on the following criteria, which are in descending order of importance with A and B being of equal value. Criteria A through E are primary; criteria F through H are secondary and will only be used as a tie-breaker, if necessary. A. Specialized experience, with sub-factors in descending order of importance: (1) Firm must have prior recent (within two years) experience in Automated Hydrographic Surveying in streams ranging in size from the Mississippi River to small creeks, oxbows, and canals. (2) Firm must have prior recent (within two years) experience in topographic, construction, and maintenance dredging surveys. (3) Firm must have prior recent (within two years) experience in horizontal and vertical control surveys. (4) Firm must have experience in ADCP hydrographic surveying with data collection integrating differential GPS positioning. B. Capacity with sub-factors in descending order of importance: (1) Firm must clearly demonstrate the ability to respond to emergency dredge alignment survey requirements which may require commencement of field work on less than 8 hours notice, onboard and/or real-time plot of unedited data, analysis of plotted/graphed/printed data, setting of dredge alignment points with determination of coordinates, and may require submittal of final plotted survey within 24 hours of completion of field work. (2) Firm must clearly demonstrate the accuracy and speed of data collection, editing, processing, plotting, and output of final submission. (3) Firm must clearly demonstrate the availability of all incidentally required equipment such as tools, markers, stakes, paint, boats, vehicles, spare units, etc. C. Professional Qualifications, with sub-factors in descending order of importance: (1) Firm must have at least one registered land surveyor. (2) Firm must delineate the capability, background, and experience of the key personnel within the firm who will be responsible for the administration of the contract and should indicate the ability to insure the successful performance of the work required. (3) Firm must clearly demonstrate the availability of adequate numbers of experienced personnel to perform the various tasks associated with automated hydrographic surveys, automated topographic surveys, ADCP data collection and with dredge alignment surveys. D. Past Performance, with sub-factors in descending order of importance: (1) Consideration will be given to ratings on previous DOD contracts. (2) Consideration will be given to the performance of firms that have experience with other DOD organizations in the type of work required under this contract and work of similar nature, complexity, and difficulty. E. Knowledge of the Locality Consideration will be given to familiarity with the waterways of the Vicksburg District. F. Geographic proximity to Vicksburg Mississippi. G. DOD contract awards in the past 12 months; the greater the award the lesser the consideration. H. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. In the final selection process, the most highly qualified firms will be interviewed and will have to demonstrate the ability to perform to the satisfaction of the Vicksburg District. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 330 for the prime and consultants to U.S. Army Engineer District, Vicksburg, ATTN: Technical Services (CEMVK-EC-TE), 4155 Clay Street, Vicksburg, Mississippi 39183-3435. All telephone calls should be directed to Mrs. Sarah Palmer, (601) 631-5682. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. Include ACASS numbers in Blocks 3b and 6 of SF 255. Call the ACASS Center at (503) 326-3459 to obtain a number. This is not a RFP. A fee proposal will be requested at a later date.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=011c52409468d1e95e372e06876a4325&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS<br />
- Zip Code: 39183-3435<br />
- Zip Code: 39183-3435<br />
- Record
- SN01724707-W 20081231/081229214045-011c52409468d1e95e372e06876a4325 (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 |