Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2009 FBO #2784
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR GENERAL TOPOGRAPHIC SURVEYING AND MAPPING SERVICES, VARIOUS LOCATIONS WITHIN THE CORPS OF ENGINEERS NORTH ATLANTIC DIVISION (NAD) BOUNDARIES (PRIMARILY NEW ENGLAND)

Notice Date
7/9/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, New England, US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-09-R-0016
 
Response Due
8/14/2009
 
Archive Date
10/13/2009
 
Point of Contact
elandria cameron, 9783188051<br />
 
E-Mail Address
US Army Engineer District, New England
(elandria.m.cameron@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. One indefinite delivery contract will be negotiated and awarded with a base year and four option years. Initial base year will be for $150,000 and the total amount for the contract will not exceed $750,000. Work will be issued by negotiated firm-fixed-price task orders. This announcement is restricted to small businesses (this procurement is governed by NAICS code 541370, with a size standard of $4,500,000 in average annual sales and receipts for the three preceding fiscal years). Award of contract to the subsequently selected firm is anticipated in September, 2009. The contracts minimum guarantee amount is $15,000.00 over the life of the contract. 2. PROJECT INFORMATION: General land surveying and mapping services at various locations in NAD (primarily New England). Task orders may include the recovery, with measurements and descriptions identifying exact locations, of field monuments and remonumentation of various project boundaries; field book work; property descriptions; computing of coordinates; and property line delineations or topographic surveying of specified areas. A limited amount of Photogrammetric mapping with aerial photography may be required in supporting the above projects. Ground survey data collection in support of photogrammetric mapping projects including establishment of necessary ground control (both horizontal and vertical) and profiles used for checking map photogrammetric map accuracy. Maps must be submitted in hard copy report format, hard copy ANSI D drawings, and Micro-station 3-D design file (DGN) V8 format. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f and g are secondary and will only be used as tie-breakers among firms that are essentially technically equal. a. Specialized Experience and Technical Competence (FAR 36.602-1(a)(2)). Firms must demonstrate specialized experience and technical competence in: (1) Topographic surveying for construction reference planes using Differential Global Positioning Systems (DGPS) and conventional survey techniques (2) Static/kinematic DGPS equipment capable of sub-centimeter measurement accuracy, electronic total station with data collector (firms must own or lease this equipment). (3) CADD/SIS data processing equipment and have the ability to deliver CADD drawings in Micro-station 3-D Design File (DGN), V8 format. The Government will only accept this format without conversion or re-formatting in the target CADD software format and on the target platform specified herein. The target platform is a PC with a Windows XP Professional operating system. (4) Firm must have the ability to produce a detailed map to ALTA specifications. Any ALTA Land Survey must meet the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys as adopted by the American Land Title Association, the American Congress on Surveying and Mapping, and the National Society of Professional Surveyors. b. Professional Qualifications (FAR 36.602-1(a)(1)). The firm must have on its staff or provide through a consultant(s), personnel with professional surveyor registration in all six New England District states (ME, NH, VT, MA, CT, & RI). Assignments may be given in the remaining seven North Atlantic Division states (NY, NJ, PA, MD, DL, WV, & VA) and the District of Columbia. However, a statement declaring your firm's intent to obtain these registrations, if required, will be sufficient. Firms not demonstrating these requirements will be disqualified from further consideration. c. Past Performance (FAR 36.602-1(a)(4)). Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. d. Capacity (FAR 36.602-1(a)(3)).Firm must be of sufficient size to field two survey parties, if needed, simultaneously for work under this contract. e. Knowledge of the Locality (FAR 36.602-1(a)(5)). Knowledge of USGS and state plane coordinate systems in all six New England states. Demonstrate knowledge of federal and state requirements for the entire NAD area. f. SB and SDB Participation (DFARS 236.602-1(a)(6)(C)). The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) 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. g. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms being able to perform this work must submit Part I of the SF 330 for the team and Part II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors when they will have a key role in the proposed contract. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Elandria M. Cameron, not later than the close of business on the August 14, 2009. Facsimile transmissions will not be accepted. Include the firm's DUNS number on the SF 330, Part 1, and Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. Please submit three copies of all submissions. The SF 330, Part I, shall have a page limit of 50 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch (for any additional pages). The New England District does not retain SF 330 Part IIs on file. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries or other entities, visit http://fedgov.dnb.com/webform/ or call Dunn and Bradstreet at 1-866-705-5711. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, for any general or administrative questions, Contact Elandria M. Cameron, 978-318-8051.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-09-R-0016/listing.html)
 
Place of Performance
Address: US Army Engineer District, New England 696 Virginia Road, Concord MA<br />
Zip Code: 01742-2751<br />
 
Record
SN01870577-W 20090711/090710000338-62a94d4f73204b7a3f82025a4a798375 (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.