SOLICITATION NOTICE
C -- Survey and Mapping Services at the US Army Corps of Engineers, Galveston District, Galveston, TX.
- Notice Date
- 5/8/2009
- Notice Type
- Synopsis
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
- ZIP Code
- 77553
- Solicitation Number
- W912HY-09-R-0018
- Response Due
- 6/22/2009
- Archive Date
- 8/21/2009
- Point of Contact
- Jacqueline Adekanbi, 409.766.3100
- Small Business Set-Aside
- N/A
- Description
- READ THIS SYSOPSIS CAREFULLY. This is Not a typical Request for Proposal presolicitation notice. This is an Architect Engineer (AE) pre-solicitation notice. There will be No plans and specs available to the public. 1. CONTRACT INFORMATION: Galveston District plans to procure surveying and mapping services in accordance with PL 92-582 (Brooks Act) and FAR Part 36. One or more firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See government-wide numbered note 24 at http://cbdnet.access.gpo.gov/num-note.html. A-E services include surveying and mapping and the contract will primarily be for work in the Galveston District but not limited to the State of Texas. The Galveston District covers an area averaging 100 miles in width along the Texas coast, extending from approximately 15 miles east of the Texas-Louisiana state line south to the Rio Grande (see Section J, Attachment 1). The District encompasses all of 49 Texas counties, portions of four Louisiana parishes and adjacent waters of the Gulf of Mexico. Professional survey services may also be performed in connection with civil, military and work for others projects assigned to any entity of the U.S. Army Corps of Engineers (USACE). A specific scope of work and services required will be issued with each task order. THIS CONTRACT will be awarded with 1 Base and four option years. A Firm, Fixed-Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract will be negotiated and is anticipated to be awarded in Summer 2009. This solicitation is unrestricted and open to both large and small business participation. The North American Industry Classification System (NAICS) code for this action is 541370, Professional Surveying and Mapping Services, which has a size standard of $4.5 million in annual average receipts. (1) CONTRACT INFORMATION: Architect-Engineer services for professional surveying and mapping services, both land and hydrographic, to be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various projects within the Galveston District Boundaries. One indefinite delivery contract (IDC) will be negotiated and awarded with a base period not to exceed one year and four option periods not to exceed one year each. Exercising of the options will be at the discretion of the Government. Work will be issued by negotiated, firm fixed-price task orders. The maximum quantity of services the Government may order is limited to five million and no/100 dollars ($5,000,000.00) over the entire contract period except under conditions allowed by regulations and within the authority of the Contracting Officer. Minimum guaranteed amount is $1,000 should no work be ordered during the contract's base year only. There shall be no guaranteed minimum for option periods, if exercised. The contract will be in effect concurrent with another contract for similar survey services. Task orders may be placed with the Contractor that the Contracting Officer determines best qualified considering experience in the specific work requirement, familiarity with the work area, capacity to complete the order in the required time period, quality of performance on previous orders, and/or distribution of work in relation to the effective period of each contract, if significantly less work has been awarded under the other contract. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal; however, a plan approved by the Contracting Officer is required prior to award of the contract. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. (2) PROJECT INFORMATION: No specific work has been identified at this time. The Galveston District extends along the entire Texas Gulf Coast inland approximately 100 miles and into Louisiana. The Galveston District covers an area averaging 100 miles in width along the Texas coast; extending from approximately 15 miles east of the Texas-Louisiana state line south to the Rio Grande. The District encompasses all of 49 Texas counties; portions of four Louisiana parishes and adjacent waters of the Gulf of Mexico. Professional survey services may also be performed in connection with civil, military and work for others projects assigned to any entity of the U.S. Army Corps of Engineers (USACE). Project locations will be identified in each task order. Field conditions will generally include terrain of varying types, steepness, and consistencies ranging from dry land to soft marshlands; including swamps and dredged material placement areas, which may be covered by shallow water. Locations will also include shallow and deep draft inland waterways and channels, rivers, lakes, bays, streams, and similar bodies of water as well as waters offshore from the States of Texas and Louisiana, and other states and counties as required by specific task orders. Services are to be used in support of engineering and planning studies, designs, operations and maintenance of navigation, flood control and beach erosion programs; real estate matters; and other requests of the District, both civil and military. Work locations will include terrain of varying types, steepness and consistencies ranging from dry land to soft marshlands including swamp and dredged material placement areas which may be covered by shallow water. Locations will also include inland waterways and channels, rivers, streams, lakes, bays and other similar bodies of water, and waters offshore. The work consists of hydrographic, topographic, cadastral, and various other types of land surveys and associated office work to include but not be limited to: horizontal and vertical control (second and third order); cross sections and profiles on land and water; topographic and planimetric surveys; construction layout; base lines and reference lines; property and boundary surveys; monumentation with descriptions of survey points; computations and compilation; drafting; and general office work necessary to accomplish the final product prescribed in each task order. Horizontal and vertical control will be Corps of Engineers, National Geodetic Survey and local networks as approved by the Contracting Officer. Hydrographic surveys shall be performed using automated data collection systems. Control shall be established by transit/level, total station, electronic data collectors and/or Global Positioning System (GPS) as required by the Contracting Officer. End products shall be submitted in field books, reports, maps and drawings in hard copy and digital formats compatible with the District's word processor (Word 2003 or later), spreadsheet (Excel 2003 or later) and Computer Aided Design and Drafting (CADD) (Bentley Microstation Design File (DGN) version 8 (V8), In- Roads and Descartes for V8 systems, single beam and multi beam hydrographic surveys plots as may be required by the Contracting Officer. (3) SELECTION CRITERIA: See Note 24 for general A-E selection process (when applicable). The selection criteria are listed below in descending order of importance (first by major criterion and then by sub-criterion). Criteria a-f are primary while criteria g-i are secondary and will only be used as tie-breakers among the technically equal firms: a. Specialized experience (within the past two years) and technical competence of the firm and its staff in using both conventional and automated methods and equipment: (1) Hydrographic, topographic and cadastral surveys; horizontal and vertical control (second and third order); cross sections and profiles on land and water; topographic and planimetric surveys; construction layout; base lines and reference lines; property and boundary; monumentation with descriptions of survey points; computations and compilation; drafting; general office work necessary to furnish reduced and/or plotted field data and other final products; and delivering data in formats compatible with the Galveston District's word processor, spreadsheet and Microstation/Bentley CADD systems, as and when required; (2) Own or lease: static and kinematic GPS equipment capable of subcentimeter measurement accuracy; electronic total station with data collector; CADD data processing equipment compatible with the Galveston District's Microstation/Bentley CADD systems; automated hydrographic survey software compatible with the Galveston Districts ONSITE survey acquisition and processing software; survey vessels capable of being trailered to and operated in U.S. inland and coastal waters; 100' or greater survey vessel with captain and crew available to operate in coastal waters along the Texas Coast within 24 hours of notification: conventional field equipment (transit, level, total station, etc.). (3) Prior association of the prime firm and the subcontractors, management structure and coordination of the team. In-house capabilities will be considered heavier than work subcontracted. b. Qualified personnel with experience in the following key positions: (1) Registered Professional Land Surveyors licensed in the state of Texas. (2) Engineering and Survey Technicians experienced in automated hydrographic data collection. (3) Party Chiefs and Instrument Persons experienced in gathering survey data by conventional instruments, electronic data collectors and GPS methods. (4) Engineering and Survey Technicians experienced in compilation and computation of data obtained by both conventional and automated survey methods. (5) Drafts Persons and CADD Operators experienced in processing survey data. (6) CADD Managers experienced so as to provide digital data in a format compatible with the Galveston District's Microstation/Bentley CADD System. (7) Rod and Chain Persons (8) Boat Operators. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. Quality assurance/quality control measures to deliver end products within prescribed surveying, mapping and drafting accuracies and on schedule. d. Knowledge and familiarity with the Texas State Plane Coordinate System and familiarity with conditions typical to the Texas coast such as marsh terrain, corrosive atmosphere, flooding, hurricanes, etc. e. Past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, compliance with performance schedules, and cooperativeness. f. Capacity to perform two $300,000 task orders simultaneously. The evaluation will consider the experience of the firm and any consultants in similar size projects, and availability of an adequate number of personnel in key disciplines to accomplish field and office activities considering the firm's commitment to the Government and its repetitive daily clients. g. Geographic location of the firm because of the potential for extensive travel throughout the District by survey crews. h. Extent of participation of SB, SDB, and minority institutions in the proposed contract team. i. Volume of DoD contract awards in the last 12 months as described in Note 24 (when applicable). (4) SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit four copies of completed US Government Standard Form (SF) 330 for the prime contractor and all firms which will be a part of the team. Submittals shall be mailed to: U.S. Army Corps of Engineers, Attn: Jacqueline Adekanbi, Contracting Division, 2000 Fort Point Road, Galveston, Texas 77550 not later than 2:00 p.m., CST 22 June 2009. SF 330s received after the time and date will not be considered. Only those firms responding to this announcement will be considered. Qualification data submitted must demonstrate the ability and technical expertise of the firm and its staff to perform the survey services described in this announcement. Additional information requested of each firm responding: (1) Indicate in block 4 and 8c, Part II, the Contractor's Dun and Bradstreet Number (DUNS). Provide the Tax Identification Number (TIN) of the Prime and Contractor and Government Entity (CAGE) code by separate cover letter. (2) Provide in block 7 of Part I a telefax number (if any). (3) List in the appropriate block prior names of the firm used in the past three years including parent company, branch offices, affiliates, associates, and subsidiaries. (4) Provide in Section E, Block 6 of Part I resumes of ALL personnel who will be involved, state their respective function and indicate their experience in that function. (5) Provide in block 30 of Part I a detailed current equipment list by brand name and type of survey instruments and systems; boats; skiffs; vehicles; computer hardware and software; proposed CADD system and how it will be compatible with the Galveston District's Microstation; etc. (6) Firm's Tax Identification Number (TIN) (if available). (7) ACASS number (if any) for all firms and branch offices (8) Complete one Section F of Part I for all projects/contracts awarded to the firm an its affiliates which best illustrates the teams qualifications for this contract, dollar amount and completion date of each award. (9) Discuss in block 30 of Part I why the firm is especially qualified to provide surveying and mapping services. Firms responding with multiple offices: (1) Indicate personnel strength in block 9 of Part II. (2) List which office or firm is under contract for any of the contracts listed in Section F of Part I. Provide a statement in Block 5b of Part II to the effect that the firm is or is not a small business, small disadvantaged business or woman-owned business. All information must be included on the SF 330 (cover letter and other attachments will not be considered in the evaluation process). Telegraphic and facsimile SF 330s will not be accepted. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. This is not a request for proposal. See note 24. 5.1 Scope of Work - The Architect-Engineer (AE) operating as an independent contractor and not as an agent of the Government, shall in accordance with the terms and conditions more particularly set forth below, furnish all labor, management, facilities, supplies, material, and equipment (other than those to be furnished by the Government as here-in provided) and do all things necessary for performance of professional hydrographic and topographic surveying and mapping work as set forth below and as may be required for planning, designing, constructing, maintaining, and operating various projects. The AE shall furnish the required personnel, equipment, instruments, and transportation as necessary to accomplish the required services and furnish to the Government reports and other data together with supporting material developed during the field data acquisition process for the period of service as stated in Section G of the contract. During the prosecution of the work, the AE shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and progress of the work. 5.2 LOCATION OF WORK - Survey services will be performed in connection with projects assigned to the Galveston District. The Galveston District covers an area averaging 100 miles in width along the Texas coast, extending from approximately 15 miles east of the Texas-Louisiana state line south to the Rio Grande (see Section J, Attachment 1). The District encompasses all of 49 Texas counties, portions of four Louisiana parishes and adjacent waters of the Gulf of Mexico. Professional survey services may also be performed in connection with civil, military and work for others projects assigned to any entity of the U.S. Army Corps of Engineers (USACE). Project locations will be identified in each task order. Field conditions will generally include terrain of varying types, steepness, and consistencies ranging from dry land to soft marshlands, including swamps and dredged material placement areas, which may be covered by shallow water. Locations will also include shallow and deep draft inland waterways and channels, rivers, lakes, bays, streams, and similar bodies of water as well as waters offshore from the States of Texas and Louisiana, and other states and counties as required by specific task orders. 5.3 TECHNICAL CRITERIA AND STANDARDS 5.3a) Technical Manuals and Other Instructions - Work shall be in accordance with survey standards, technical manuals and other instructions furnished by the Contracting Officer and as necessary to meet the requirements of the proposed products. The publications listed below are made a part of this contract by reference and the AE shall follow and utilize, as a minimum, these documents as applicable. (1) Engineer Manual (EM) 385-1-1, Safety and Health Requirements Manual, 3 November 2003. (2) EM 1110-1-1000, Engineering and Design - Photogrammetric Mapping, 1 July 2002. (3) EM 1110-1-1002, Survey Markers and Monumentation, 14 September 1990. (4) EM 1110-1-1003, Navigation Satellite Timing and Ranging (NAVSTAR) Global Positioning System Surveying, 1 July 2003. (5) EM 1110-1-1004, Geodetic and Control Surveying, 1 June 2002. (6) EM 1110-1-1005, Topographic Surveying, 31 August 1994. (7) EM 1110-1-2909, Geospatial Data and Systems, 30 September 2005. (8) EM 1110-2-1003, Hydrographic Surveying, 1 January 2002, Change 1, 1 April 2004. (9) EP 715-1-7, AE Contracting, 31 July 2002. (10) Engineer Regulation (ER) 405-1-12, Real Estate Handbook, 20 November 1985, Change 34, 15 May 2000. (11) ER 1110-1-12, Quality Management, 1 June 1993. (12) ER 1110-1-8152, Professional Registration, 8 August 1995. (13) ER 1110-1-8156, Policies, Guidance, and Requirements for Geospatial Data and Systems, 30 September 2005. (14) EC 1110-1-87, Standards For Maps, Drawings, Engineering Surveys, Construction Site Plans, And Related Geospatial Data Products, 1 July 1996. This EC expired 30 June 1998. (15) Field Manual (FM) 5-232, Topographic Surveying, 27 September 198 9, Change 1, 29 May 1990. (16) FM 5-441, Geodetic and Topographic Surveying. (17) Manual of Practice for Land Surveying in Texas, 23 November 1991. (18) NOAA Technical Memorandum NOS NGS-58, November 1997. (19) Public Law 101-336, Americans with Disabilities Act of 1990. (20) Southwestern Division - Architectural and Engineering Instruction Manual (SWD-AEIM), October 2002. (21) A/E/C CADD Standards, September 2001. 5.3b) CADD Files (1) Format - Files will be digital and capable of being loaded directly to the Galveston District's Microstation CADD system. Design files will not be submitted in a format other than Microstation.Dgn, version V - 8. No conversions from AutoCAD.dwg and/or.dxf files will be accepted. The files shall be delivered in DOS/WINDOWS 8.3 format on CD-ROM (eg. xxxxx.dgn). (2) Graphic Microstation files will be set to the Galveston District / Tri- Service A/E/C standard. Configuration files will be made available to configure Microstation with the standard workspace. The design drawings shall contain as a minimum horizontal and vertical control and the precise location of primary reference points (i.e., baseline, reference lines, etc.). (3) DTM files (Digital Terrain Model) files of the completed surfaces will be in a Filename.DTM format. (4) Electronic topographic survey data files that include random shots will be submitted in the ASCII XYZ, Filename.XYZ or Filename.CSV (comma delimited text file) format. (5) Electronic Survey data files for placement areas will follow the Galveston District Placement Area Survey Codes list. ASCII text files named Filename.XYZ or Filename.CSV will include columns to accommodate the point id, northing, easting, elevation, and code. (6) The Contracting Officer will furnish the AE a CD ROM containing the following files: border.dgn (AE border sheet) digimap.cel (Cell library) fontlib.vax (Font library) galdef.tbl (Color table) levels.wpd (Level assignments) seed2d.dgn (2d seed file) seed3d.dgn (3d seed file) da1959.dgn (description card) (7) File Management - A consistent form of file management shall be maintained. File naming regimes will be coordinated with COE offices requesting the work (8) Spreadsheets and Text Files - Spreadsheets and text files shall be submitted using CD ROM, media and software acceptable to the Contracting Officer (currently IBM compatible, CD ROM; Excel 2000 for spreadsheets and Word 2000 for word processing). (9) Certification of Computer Media - All delivery media (CD-ROM) for computer data shall be certified by the AE to be free of known computer viruses. The name, version and release date of the virus scanning software used to analyze the delivery media shall be furnished to the Contracting Officer at the time of each task order. If analysis of the delivery media by the Contracting Officer finds evidence of virus infection, the media will be returned to the AE. The AE shall clear the virus and resubmit the media at no additional cost to the Government. 5.3c) Datum - All vertical control established shall be tied to North American Vertical Datum (NAVD) of 1988, as established by the National Geodetic Survey (NGS). All horizontal control shall be referenced to the North American Datum of 1983 (NAD83) and shall be tied to the Texas State Plane Coordinate System, South Central or South Zone. All horizontal control established shall be grid coordinates and tied to existing NGS and/or Corps of Engineers (COE) control. 5.3d) Field Notes - Field notes shall be recorded in Government approved field books. Each section or task shall be a separate set of notes. All field notes shall be recorded in the field book at the time of acquisition. Entries shall be legible and be complete records of all fieldwork performed. The front cover of each book used shall be numbered, beginning with the number 1 and numbered consecutively throughout the project work, and shall show the contractor's name, the contract number and the project title. Each field book page used shall have the date of the work recorded thereon. The names and duties of party members, the name of the channel and section designation, as identified on appropriate maps, shall be shown at the beginning of each task (section or level run). The first four pages of each field book shall be used as index pages and every page shall be numbered consecutively beginning with the number 1 on the first page. Cross sections shall be cross-referenced to the benchmark designation, elevation and description assigned in the level run. Each data point shall be described (natural ground, top bank, bottom channel, etc.). Explanatory notes and sketches to describe each point set shall be included in the field notes. North shall be the top of the page. The field book shall also be presented in electronic PDF format. Each field book will be in a separate PDF file. The file naming regimen for PDF files will be at the discretion of the Contracting Officer 5.3e) Discrepancies, Ambiguities, or Lack of Clarity, etc. - The AE shall advise the Contracting Officer of discrepancies, ambiguities or lack of clarity noted in plans, specifications, drawings, regulations, manuals, or other information furnished by the Government in subsequent task orders for use in connection with a project. 5.3f) Communications - If the AE has the capability to establish communication links, such as E-MAIL, Internet, etc., it shall be utilized to the extent permissible per terms and conditions of the contract. 5.3g) Metadata - Metadata is the description of content, quality, fitness for use, access instructions, and other characteristics about geospatial data. The AE shall be responsible for the generation of Metadata using either the Corpsmet95 Metadata software, if using Windows 95/Windows NT, or the National Biological Information Infrastructure MetaMaker (NBII), if using Windows 3.x. The resulting ASCII file shall be supplied to the Contracting Officer on CD ROM. The Contracting Officer will provide a diskette containing Corpsmet 95. 5.3h) Geographic Information System (GIS) - The AE shall possess the capability to provide survey data, when requested, in a format capable of being loaded directly into the Galveston District's Caris BEAMS software. This process shall include defining break lines, generating surfaces used to create a gridded model and exporting an ASCII (x,y,z) file that is compatible with BEAMS. 5.4. WORK TO BE PERFORMED - This Appendix sets forth the general requirements for the performance of various hydrographic and topographic surveying and mapping services required under this AE indefinite delivery type contract. The AE shall perform all or part of the following prescribed services as more specifically identified in subsequent task orders. Specific procedural, technical, and quality control requirements to be performed under this contract and subsequent task orders are also included in the paragraphs below as well as in Sections E through H of the contract. 5.4a) Hydrographic Surveys - These services include subsurface surveys of offshore waters, shallow and deep draft inland waterways and channels, coastal areas, inland lakes, rivers and other similar bodies of water in support of various civil works and military projects for navigation, dredging, flood control, beach nourishment, etc. These services shall utilize automated data acquisition methods, and subsequent office reduction processes to obtain final maps, drawings or charts, and computing dredging quantities. These services may also involve subsurface and over bank surveys of levees, breakwaters, canals, embankments, groins and other similar structures. All work shall be performed to COE specifications identified herein and in each specific Task Order and will be provided in COE specified formats. Statements of Work (SOW) will tailor these specifications for each work order issued. A quality control plan will be a contract requirement. This contract will permit that a Government observer be present during shipboard operations. The AE is encouraged to review the technical specifications and a description of the deliverables before submitting proposals for Task Orders under this contract. Task Orders issued under this contract will consist of the tasks listed below, or a combination thereof: (1) Acquiring shallow water multibeam sounding data; (2) Acquiring side scan sonar data; (3) Acquiring vertical beam echosounder data; (4) Determining positions and least depths on hazards to navigation; (5) Installing, operating, and removing water level (tide) stations; (6) Acquiring related supporting data (e.g. water level correctors, velocity of sound in the water column, vessel motion correctors and bottom sediment samples, etc); (7) Processing the data, including tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level, vessel motion, and velocity of sound correctors to determine the true depths, correlating sonar targets, and compiling reports, final smooth sheets, and digital data; (8) Performing quality control during data acquisition and processing; (9) Delivery of the data, reports, and plotted sheets to COE for archival. 5.4.a) Hydrographic Surveying Capability Criteria: The AE must be able to provide adequate surveying vessel(s) and equipment and sufficient technical, supervisory, and administrative personnel to ensure expeditious prosecution of work assignments. The AE must demonstrate surveying experience in the types of surveys listed above and have on staff and available to work on COE projects at least one Project Manager, Hydrographer, Tides/Water Level Specialist, Land Surveyor, and GIS Specialist. The hydrographer must have a minimum of three years experience in hydrographic surveying and demonstrated experience in surveying using shallow water multibeam sonar system, vertical beam echosounder, side scan sonar system and be capable of interpreting the data. The tides/water level specialist must have demonstrated experience in measurement of tides and water levels, tidal datums, and tidal zoning and their application to hydrographic surveying. The AE must be familiar with the geographical area of the District's projects and have knowledge and experience with hydrographic surveys within the District's boundaries. The AE will be required to maintain a list of key personnel demonstrating their availability to work on COE tasks orders issued under this contract. In addition the AE will be required to maintain the equipment/ capabilities listed below throughout the duration of the contract. 1. Availability of a suitable survey vessel(s) that complies with applicable U.S. Coast Guard, EPA, OSHA, and other federal regulations; 2. Data acquisition and processing systems; 3. Vertical beam echosounder system(s); 4. Shallow water multibeam sonar system(s) capable of detecting contacts measuring 2m x 2m x1m high; 5. Side scan sonar system(s) that can detect a 1m x 1m x 1m target, with the capability to record data digitally; 6. GPS surveying equipment for establishing horizontal control; 7. Differential GPS equipment for vessel positioning; 8. Water level measurement gauges; and equipment for determining velocity of sound in the water column. 9. The Galveston District has a requirement for a large vessel, to respond to emergency surveys in the aftermath of a storm event. The vessel must be capable of operating off shore in a 4-6 ft. sea environment. The AE will provide a vessel with a minimum length of 100 ft. to be used for the collection of hydrographic survey data off-shore, along the coast of Texas. The vessel will come complete with a captain, crew and will be available within 24 hrs of notification. The Contracting Officer will notify the AE by e-mail or land/cell/satellite phone when and where to deploy the retained vessel in case of an emergency. 5.4.b) Specifications and Deliverables The Galveston District has used the ONSITE software exclusively for single beam data acquisition for 10 years and has an archive of data covering the coastal waterways for the entire district. The software has proved to be robust and easy to operate. It has features essential to the task of gathering data efficiently with online quality control that allows the operator to make immediate in-field assessments as to the condition of the channel. Specifications and Deliverables for all surveys and related work products required as a result of this contract shall strictly adhere to the specifications listed below. (1) Single-beam Data Pre and post dredge surveys and other surveys of areas of interest will be carried out using a single/dual frequency survey echosounder. Data from the acquisition phase may be used to provide profile or bathymetric plots and volume estimations of channel sections. (2) Raw single-beam data The Galveston District uses the ONSITE survey acquisition and processing software and requires data gathered to be compatible with the processing methods that are standardized within the Galveston District. Single-beam binary format data records are comprised of all available time-tagged positions and depths for each station surveyed. The system must be capable of real-time display of tide-corrected data referenced to the channel design and the tides used will also be logged into the data records. While displaying the real-time data it is also desirable to simultaneously view data from an earlier survey on the real-time display. This will ensure that data gathered is compatible and comparable with existing data sets that are available within the District. (3) Edited Single-beam Data - Processed single-beam data will conform to the ONSITE ASCII text format. The data will be tide corrected and clean of anomalous soundings. Profiles may be plotted referenced to the channel design and will show the end areas for each template change of the channel. The data may also be plotted to a standard bathymetric chart (individual soundings in plan view). The processed data files must be accessible to the Galveston District Survey Data System which reads and displays the data for use by other users within the District office. (4) Shallow-Water Multibeam Data The AE's Multibeam data format shall provide complete traceability for all positions, soundings, and correctors including sensor offsets, biases, dynamic attitude, sound velocity, position, sensor position, date and time, vertical datum reducers, and sounding data from acquisition through post processing. Data quality and edit flags must be traceable. (5) Raw Multibeam Data The AE shall submit full resolution Multibeam data in a format readable by CARIS HIPS (Version 5.3, by CARIS). Full resolution multibeam data shall be delivered fully corrected for tides, sound velocity, vessel offsets, draft and settlement and squat. These corrections may be made within CARIS, with data submitted as a complete CARIS project (including HDCS files, sound velocity files, Vessel Configuration, CARIS tide files, etc.). Or the data may be submitted fully corrected, such that it will be read in CARIS HIPS using a 'zeroed' Vessel Configuration file (.vcf) and a 'zero' tide file (.tid), etc. Full resolution data are defined as all data acquired and logged during normal survey operations. Information and specifications on CARIS HIPS and data formats may be obtained from CARIS at 506-458-8533. (6) Edited Multibeam Data The AE shall submit an edited Multibeam data set in ASCII text format. Edited data are defined as fully corrected data that meet accuracy and resolution specifications are cleaned of all anomalous soundings, and serve as the source for all preliminary smooth sheet soundings and sun-illuminated DTM's. Edited data sets shall contain XYZ, z' (tide corrector), date/time stamp, and a unique identifier which indicates whether the sounding is depicted on the smooth sheet. Coordinates (XY) shall be state plane NAD 83, and depth (Z) shall be in feet to nearest 1 tenth of a foot (fully corrected for tide (MLT datum), sound velocity, dynamic and static draft, and all vessel offsets). Tide corrector (z') shall be in feet to the nearest tenth. Time shall be UTC to the nearest second. Data shall be binned, line-by-line, at a bin size not less than 5 feet + 5 percent of the depth, using shoal biased filtering. All depths shall retain their survey position and shall not represent the binned area centroid or other abstract position (i.e. binned, not girded data). (7) Preliminary Smooth Sheet Data The AE shall submit the preliminary smooth sheet data set in ASCII text format. The smooth sheet data set shall contain XYZ. Coordinates (XY) shall be state plane NAD83, and Z shall be depth in feet to the nearest tenth of a foot (fully corrected for tide (MLT datum), sound velocity, dynamic and static draft, and all vessel offsets). (8) Specific Multibeam Data The AE shall submit raw cross line data and data used for determining navigation time latency, pitch, roll, and yaw biases on separate media. Raw main scheme lines, which contain depths over dangers to navigation, wrecks, rocks or obstructions, shall also be included on separate media. The data format shall be such that CARIS HIPS can convert the data, thus making it compatible as described herein above. (9) Side Scan Sonar Data The AE shall submit digital side scan data in a format readable by CARIS HIPS (version 5.3). Digital side scan sonar shall be geo-coded using the tow fish position. Information and specifications on CARIS SIPS and data formats may be obtained from CARIS. (10) Side Scan Contact Images The AE shall submit digital images of all significant side scan contacts within the contact list. Digital images shall be in a standard image format (e.g.,.tif,.gif,.jpg). The file name shall coincide with the contact name as depicted on the contact list. (11) Side Scan Mosaics The AE shall submit a digital image file for each 100 percent coverage. The digital image file shall be in a standard geo- referenced image format. (12) Tide and Sound Velocity Data The AE shall submit tide data and sound velocity data applied to all Multibeam depths on CD ROM or on the project data tapes. The hydrographer shall identify the data format and all data element descriptions (e.g., ASCII text file or Excel spreadsheet file; date/time referenced to UTC, tide relative to MLT datum to the nearest tenth of a foot. (13) Vessel Configuration File The AE shall submit a CARIS compatible Vessel Configuration file (VCF) for each vessel used during survey operations. CARIS-compatible VCF shall contain those static and dynamic correctors and offsets, which are to be applied to the raw Multibeam data set submitted as referenced in Section 8.5.3. Information and specifications on the vessel configuration file format may be obtained from CARIS. (14) Equipment and Techniques Required for Measuring Fluid Mud or Fluff If Fluid mud or Fluff is encountered the prescribed manner for surveying said area is to be surveyed with an Echo Sounder capable of surveying in dual frequency mode. The frequencies should be 200 kilohertz, 8 degree beam width or less and 40 kilohertz, 20 degree beam width or less transducers. In the event the 40 kilohertz transducer will not penetrate the fluff or fluid mud, replace it with a 24 kilohertz transducer. Verify the fluff or fluid mud with a lead line following the EM 1110-2-1003 manual, chapter 8-2 lead line or sounding disk measurement for lead line requirements and chapter 21-6 for Alternative depth measurement techniques in suspended sediments. In processing the data, the processor should rely on the analog Echo Sounder scroll if the digitized depth were to lock out or to flat line. The Sabine Pass Outer Bar Channel, Sabine Pass Sabine Bank Channel and the Matagorda ship Channel are channels know to have Fluid mud or Fluff and should be surveyed in the above said manner. 5.4.c) Topographic Surveys - This Appendix A supplements Block 6 of Standard Form 252, and sets forth the general requirements for the performance of various surveying and mapping services required under this Architect-Engineer indefinite delivery type contract. The Architect-Engineer shall perform all or part of the following prescribed services as more specifically identified in subsequent task orders. Specific procedural, technical, and quality control requirements to be performed under this contract and subsequent task orders are also included in the paragraphs below as well as in Sections E through H of the contract. (1) Boundary and Cadastral Surveys - These services will be conducted for the purpose of locating, relocating and/or marking Government boundaries, and preparing or filing/recording certified drawings, computations, deeds and related descriptive data in accordance with local, state and federal requirements, regulations and laws. (2) Topographic Mapping and Engineering Construction Surveys - These services include field acquisition and office data reduction of detailed topographic and planimetric feature data for use in: engineering site planning; cost estimating; design; construction layout and alignment of roads, channels, buildings and other structures; master planning; and recording as-built conditions. Field data acquisition includes both conventional and electronic methods, such as, electronic total station, global positioning system (GPS), etc. (3) Geodetic Control Surveys - These services include horizontal and vertical control surveys for the precise location of primary reference points from which engineering, design and construction control may be extended. Precise surveys include third order or higher horizontal and vertical control, geodetic astronomy, gravity surveys, magnetic surveys and structural deformation surveys and studies. These services shall include using conventional, electronic, conventional, GPS and other traditional precise survey methods. (4) Photogrametric Mapping -Occasionally the AE will be required to perform small, short suspense aerial surveys in combination with photogrametric mapping tasks. These tasks usually require the use of airplanes to photograph the sites, with digital orthophotos and contour maps being the final work product. Specific instructions will be contained in Statements of Work for task orders, which will require photogrametric mapping. 5.4.d) Vessel Tracking and Reporting -These services include the requirement of the Galveston District and their clients to track and report location of dredges and survey vessels. The Vessel Tracking system must offer the ability to track and query our survey launches and dredges in real time and in replay using a target tracking service. The system must also present the ability to generate log files of the positions for any target that was tracked and recorded. The architecture of the tracking portion of the system will be comprised of a target service and a target source. The target source can best be described as a software driver that can interpret an external positioning source into a common format that the target service can be supported. The Vessel Tracking system must unitize Galveston District's existing operational system PORTIS. The Vessel Tracking system must support two types of sources: * DBL Database Locator or Target Data Positioning * LTD Link Track Driver or Position Interface Solution Target Data Positioning consists of defining a custom SQL statement to read from a source that has already been stored to a database. Target data positioning component is required to a system to be stored and managed in the Galveston District's database environment. The AE will implement the interface to a database, construct the correct SQL statements to obtain the information from the database, and maintain the database. The position interface will be designed to read directly from the existing Galveston District's server, so that they will be managed from within our operational system PORTIS. Training the Galveston's technicians in the use the position interface system will be an additional requirement. 6. SUBMITTAL SCHEDULE AND REQUIREMENTS 6.a) General - The AE shall submit the products required within the time period specified in each task order. Incomplete, illegible or unedited preliminary data will not be accepted and will be returned to the AE for revision prior to the Contracting Officer's formal review. No time extension or additional compensation will be granted to the AE for these revisions. Upon acceptance of each preliminary product, a formal review of the data will be undertaken by the Contracting Officer. The Contracting Officer will complete his review within the time specified in each task order. The AE shall incorporate the Contracting Officer's comments and furnish the final product within the time specified in each task order. The Contracting Officer will review each product prior to final acceptance. Deficient and/or incomplete work will continue to be returned by the Contracting Officer for correction by the AE. The AE shall respond to all comments in writing. 6.b b) Submittal Schedule (1) Work shall be completed and submitted in accordance with the completion schedule set forth in each task order. (2) The AE shall initiate work within 10 calendar days after receipt of each task order, unless otherwise directed by the Contracting Officer, and shall complete the work as directed by the Contracting Officer. (3) The time required by the Contracting Officer to review submissions made by the AE under this contract will vary with workload in the office of the Contacting Officer, but will be accomplished within the schedule set forth in the task order. A minimum 14 calendar-day review period will be required by the Contracting Officer to review work requested by each task order, unless otherwise specified by the Contracting Officer. (4) Upon receipt of the Contracting Officer's comments, the AE shall complete the required revisions within 10 calendar days, unless otherwise directed by the Contacting Officer. 6.c) Submitted Items - Submittals shall conform to regulations and formats specified in each task order and/or as directed by the Contracting Officer. The AE shall always submit the appropriate resulting Metadata file. 6.d d) Packaging and Delivery (1) Packaging of completed work shall be accomplished using a method that will protect all materials from handling or shipping damage or loss. (2) Cost of deliveries shall be borne by the AE. (3) Items to be furnished under this contract shall be delivered in accordance with the completion schedule as set forth in each task order or as directed by the Contracting Officer. Deliveries shall be accompanied by a letter or shipping forms itemizing the materials being transmitted and shall be shipped prepaid to: District Engineer U.S. Army Engineer District, Galveston ATTN: AE Contract Coordinator, CESWG-EC-PS P.O. Box 1229 Galveston, Texas 77553-1229 or hand delivered to: District Engineer U.S. Army Engineer District, Galveston ATTN: AE Contract Coordinator, CESWG-EC-PS 2000 Fort Point Road Galveston, Texas 77550 or as otherwise directed in the task order. 6.e. PROGRESS SCHEDULE AND WRITTEN REPORTS 6 a) Progress Reports - The AE shall submit a monthly progress report by the 20th of each month during each task order period. The report shall give the status, on a percentage basis, of the total amount of work completed through the end of the month, including the estimated earnings ($). Printed copies of reports shall be accompanied by IBM compatible CD ROM containing the complete text and tables included in the report using diskette size, format and software acceptable to the Contracting Officer (compatible with Excel 2000 for spreadsheets and Word 2000 for word processing). 6b) Confirmation Notices - The AE shall promptly provide a record of all conferences, meetings, discussions, verbal directions, telephone conversations, etc., participated in by the AE or its representatives on matters relative to the project or the work. These records, entitled CONFIRMATION NOTICES, shall be numbered sequentially and shall fully identify the participating persons, subjects discussed and conclusions reached. The AE shall forward to the Contracting Officer, within 2 workdays, a reproducible copy of each confirmation notice. Distribution of the confirmation notices and conference minutes will be made by the Contracting Officer. 6c) Drawings and Sketches and Description Cards - Drawings, sketches and description cards shall be prepared as required to present the details and results of the study. Drawings and sketches shall be prepared in Microstation.dgn format and medium appropriate for the intended use. 6d) AE Request for Information - When the AE needs additional information or a clarification of information from the Contracting Officer to facilitate the services required by a task order, the AE shall submit an AE Request for Information (AE RIF) requesting the needed information. A separate AE RIF shall be used for each unrelated request. Even though the information is requested by other documentation or methods such as Confirmation Notices, letters, memoranda, annotated review comments, telecopies, telephone conversations, conferences, meetings, discussions, oral conversations, etc., the AE shall document the requested information on an AE RIF. These requests, entitled AE Request for Information, shall be numbered sequentially and shall fully explain the requested information and all ancillary information needed. The AE shall forward each request to the Contracting Officer no later than 5 working days after the need for information is determined. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY-09-R-0018/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
- Zip Code: 77553-1229
- Country: US
- Zip Code: 77553-1229
- Record
- SN01812551-F 20090510/090509165612 (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 |