SOLICITATION NOTICE
R -- Indefinite Delivery Contracts for Surveying and Mapping Services to Support the Nashville District U.S. Army Corps of Engineers
- Notice Date
- 2/4/2009
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Nashville, USA Engineer District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-09-R-0003
- Response Due
- 3/5/2009
- Archive Date
- 5/4/2009
- Point of Contact
- Yvette Walker, 615-736-7944<br />
- Small Business Set-Aside
- N/A
- Description
- INDEFINITE DELIVERY CONTRACTS FOR SURVEYING & MAPPING SERVICES TO SUPPORT THE NASHVILLE DISTRICT U.S. ARMY CORPS OF ENGINEERS DESCRIPTION: Two (2) contracts are being procured in accordance with the Brooks Architect-Engineering (A-E) Act as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A-E services contracts are for land surveying services to include a variety of surveying and mapping services to support various projects of the Nashville District U.S. Army Corps of Engineers (COE). Projects outside the Districts main primary area of responsibility may be added at the Governments direction. POINT OF CONTACT FOR THIS SOLICITATION: Contract Specialist Yvette Walker. Questions pertaining to this announcement will only be accepted in writing and via email addressed to Yvette.Walker@usace.army.mil. This notice is posted in its entirety and hereby serves as the official solicitation for this contract. CONTRACT INFORMATION: A-E services are required for Indefinite Delivery Contracts (IDC) for surveying & mapping services to support the Nashville District COE. Two (2) awards will be made from this solicitation. The contract period for each contract will not exceed five (5) years. For each contract, the cumulative amount of all task orders will not exceed $3,000,000 with no one task order exceeding $1,000,000. The North American Industry Classification System (NAICS) code for this action is 541370, which has a small business size standard of $4.5M in average annual receipts. This solicitation is open to all businesses regardless of size. The contract is anticipated to be awarded in March 2009. Firms must be evaluated as Most Highly Qualified in order to be selected for a contract. A firm-fixed price (FFP) contract will be negotiated. Work will be issued by negotiated FFP task orders. The business(es) selected for this contract, must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends 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 A-Es 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. The subcontracting goal for this contract is a minimum of 70% of the firm's intended subcontract amount be placed with Small Businesses. Within the 70% the following goals are as follows: 6.2% be placed with Small Disadvantaged Businesses; 7.0% be placed with Women-Owned Small Businesses; 9.8% be placed with HUB Zone Small Businesses; 3.0% to be placed with Veteran-Owned Small Businesses, and 0.9% be placed with Service-Disabled Veteran-Owned Small Businesses. 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. For surveying and mapping procurements, the wage determination for the location of the performing office of the prime contractor and any subcontractors shall be used instead for the wage determination for the location of work. PROJECT INFORMATION: The contract will be used for all types of land surveys and engineering surveys. Task orders are various sized, ranging from routine-type surveying tasks with emphasis on quick response, to more complex projects on a larger scale. Work will require Global Positioning System (GPS) and conventional and precise survey equipment and techniques. Results of these surveys will be submitted in hard copy report and map format as well as in digital format to be loaded on the Nashville Districts Intergraph CADD system and/or GIS system. The contractor(s) selected could be required to perform these services in the States of Alabama, Kentucky, and Tennessee with possible world wide operations as may be assigned to the Nashville District. 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 through E are primary. Criteria F through H are secondary and will only be used as tie-breakers among technically equal firms. A. Specialized Experience and Technical Competence: (1)Engineering surveying expertise in the areas of precise settlement and deformation surveys of dams and large structures, stream and streambank profiling, horizontal and vertical control densification, leveling and traversing, etc. Each submittal shall also show capability in the areas of photogrammetry and hydrographic surveying, and CADD and GIS, which may be utilized on certain delivery orders; (2) Boundary surveying to determine the ownership and limits of ownership of land parcels; (3) Topographic surveying and mapping to develop maps of small and large areas; (4) Have available static/kinematic GPS equipment capable of subcentimeter measurement accuracy, precise level and electronic total station with data collector, and CADD/GIS data processing equipment; (5) Ability to deliver GIS data compatible with the Nashville Districts GIS system, and CADD drawings in Intergraph Design File(.DGN)format, compatible with the Nashville Districts Intergraph CADD system. B. Knowledge of NGS/USGS Coordinate System in Nashville District. C. Qualified personnel in the following key disciplines: (1) Registered Professional Surveyors; (2) Registered Civil Engineers; (3) Survey and Engineering technicians; (4) CADD/GIS professionals and technicians. D. Past experience on DOD contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Capacity to perform approximately $750,000 in work of the required type in a one year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. F. Extent of participation of Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, HUBZone Small Businesses, Veteran-Owned Small Businesses, and Service Disabled Veteran Owned Small Business concerns in the proposed contract team, measured as a percentage of the total estimated effort. G. Volume of DOD contract awards in the last 12 months. H. Location of the firm in the general geographic area of the Nashville District. SUBMISSION REQUIREMENTS: Interested A-E firms having the capacity to perform this work should submit three (3) copies of an up-to-date and accurate Standard Form (SF) 330 Parts I and II for the prime and all consultants by 2:00 p.m. Central Time on March 5, 2009, to: U.S. Army Corps of Engineers, Nashville District CELRN-CT, ATTN: Yvette Walker (W912P5-09-R-0003) 110 9th Avenue South, Room A-604 Nashville, Tennessee 37203 Facsimile or email transmissions will not be accepted. Solicitation packages are not provided. This is not a request for proposal. The SF 330 Part I shall not exceed 50 pages (8.5 x 11), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firms DUNS number in SF 330, Part I, Section H. Firms submitting SF 330's by the closing date will be considered for the work. No other general notification to firms under consideration for this work will be made, and no further action is required. Include the Architect-Engineers Contract Administration Support System (ACASS) number in submittal. For ACASS information, call (503) 808-4590. In SF 330, Block H, describe owned or leased equipment that will be used to perform this contract, as well as GIS and CADD capabilities. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about March 9, 2009. 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 selection 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 discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Yvette Walker at Yvette.Walker@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 visit the CCR website at www.ccr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c22d342b510cdb6d492802fb0850b56b&tab=core&_cview=1)
- Place of Performance
- Address: USA Engineer District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN<br />
- Zip Code: 37202-1070<br />
- Zip Code: 37202-1070<br />
- Record
- SN01743998-W 20090206/090204220903-c22d342b510cdb6d492802fb0850b56b (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 |