Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2009 FBO #2666
SOLICITATION NOTICE

C -- C-INDEFINITE DELIVERY CONTRACT FOR HYDROGRAPHIC SURVEYING

Notice Date
3/13/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU09R0019
 
Archive Date
4/28/2009
 
Point of Contact
Ryan R. Annibali, Phone: 2156566295
 
E-Mail Address
ryan.r.annibali@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: DISREGARD REGISTRATION INSTRUCTIONS NO SOLICITATION DOCUMENT WILL BE ISSUED. THEREFORE, IT IS NOT NECESSARY TO REGISTER. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4. "SUBMISSION REQUIREMENTS" BELOW. POC: Paul D. Bacani, (215) 656-6606. The Philadelphia District, U.S. Army Corps of Engineer intends to award an Indefinite Delivery Contract for Hydrographic Surveying Services. The contract will be for a period not to exceed one year with options for two additional twelve (12) month period. The fee for any one task order is not expected to exceed $400,000.00 with the cumulative amount of all task orders in either the base period or in each of the two option periods estimated to be about $700,000.00. The cumulative amount of all task orders for the base and option periods shall not exceed $2,100,000.00. Options may be awarded based on value or time at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: Work will normally be conducted within the geographic boundaries of the Philadelphia District, including, but not limited to the Delaware River and Bay and their tributaries in New Jersey, New York, Pennsylvania, Maryland and Delaware, the Chesapeake and Delaware Cana, the upper Chesapeake Bay, coastal regions of New Jersey and Delaware and the inland lakes and dams maintained by the Corps. Work outside the District's boundaries may be required. Work may be in support of Civil, Military or the "Support of Others" programs. The primary work under this contract is hydrographic survey work, which is to be performed in accordance with surveying procedures as outlines in U.S. Army Corps of Engineers Hydrographic Surveying Manual, EM 1110-2-1003, dated 1 January 2004. Secondary topographic survey work may also be required, and is to be performed in accordance with surveying procedures as outlined in U.S. Army Corps of Engineers Engineer and Design: Control and Topographic Surveying Manual, EM 1110-1-1005, dated 01 January 2007. The contractor must provide information that all vessels are safe, suitable and meet U.S. Coast Guard and Corps requirements and are available and will be used for operations in the waters where the references surveys are to be conducted and that qualified and experienced staff are available and will be utilized to operate the vessel and related surveying equipment. The selected contractor must have the ability to furnish information using state-of-the-art and electronic data collection equipment, including Differential Global Positioning and the ability to post process collected data into the required digital formats including but not limited to the latest version of AutoCAD Civil 3-D and AutoCAD Map, Mypack 2008 or newer and ArcMap9.2. The selected contractor shall have documented experience in the following surveying applications, which is typical of the work required under this contract: (1) Single transducer hydrographic surveys, utilizing industry standard depth recorders at both high and low frequencies; (2) All modes of GPS, which shall include static, RTK, and VRS; (3) High resolution multi-beam Sweep Surveys; (4) High resolution side scan sonar surveys; (5) Investigation requiring the use of Remotely Operated Vehicles (ROV) for visual or digital imaging; (6) Surveys using high resolution imaging sonar; (7) Bottom sampling, testing, analysis and acoustic bottom classification; (8) Magnetometer Surveys; (9) Environmental monitoring and Wetlands restoration surveys and studies; (10) Wreck and underwater obstruction/site investigations; (11) Beach erosion and replenishment monitoring surveys utilizing state-of-the-art methods; (12) Jetty/groin surveys; (13) Topographic survey capabilities to augment hydrographic surveys; (14) Over-bank surveys; (15) Hydrographical and hydraulic surveys and studies; (16) Monitor dredge disposal sites; (17) Vessel based laser imaging; (18) 40-hour OSHA training for work for HAZMAT sites. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience (demonstrated minimum of 3 years) in hydrographic and topographic surveying procedures and related work, as outlined above under Project Information; (2) Professional qualification of the available staff necessary for performance of the services (have either a current land surveyor's license of professional engineer's license in each State within the district or ACSM Certified Hydrographer). The evaluation of professional qualifications will consider education, training, professional registration, organizational certifications, overall relevant experience and longevity with the firm. (3) Capacity of the firm to accomplish multiple task order within time and cost limitations; (4) Past Performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (5) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract term, measured as a percentage of the estimated effort; (6) Location of the firm in the general geographic area of the district and knowledge of the locality of the project will be a secondary selection criteria element provided a sufficient number of qualified firms respond to this announcement. As a requirement for negotiations, the selected contractor will submit for Government approval a quality control plan which will be enforced through the life of the contract. The district reserves the right to terminate negotiations with firms that do not respond to Government requests for proposals, information, documentation, etc. 4. SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all Corps of Engineers as well a Department of Defense work for the 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a complete SF 330 Parts I and II revised 6/04 or more recent, the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, Philadelphia, PA 19107-3390, Attn: Paul D. Bacani, not later than the close of business on the 30th day after the published date of the announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline in the close of business the next business day. Include your DUNS number in block 11 of paragraph C of Part I of the SF 330. All Contractors are advised that registration in the DoD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DoD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding the registration may be obtained by accessing Web Site http://www.ccr.gov/ or you may call 1-888-227-2423. As a requirement for the negotiations, the selected contractor(s) will submit for Government approval a quality control plan to be enforced through the life of the contracts. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposals, information, documentation, etc. in accordance with established schedules. This is not a request for proposals. No other notification to forms for this project will be made.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=30592c757c2ef6926e7d7994fa5ad474&tab=core&_cview=1)
 
Record
SN01769043-W 20090315/090313220200-30592c757c2ef6926e7d7994fa5ad474 (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.