Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2009 FBO #2898
SOLICITATION NOTICE

C -- IDAE Services Contract for Surveying, Mapping, and Related Services, Primarily Various Locations, Alaska

Notice Date
10/29/2009
 
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, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-10-R-0006
 
Point of Contact
Kevin Maloy, Phone: 907-753-5594
 
E-Mail Address
kevin.j.maloy@usace.army.mil
(kevin.j.maloy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: North American Industrial Classification System code is 541370, which has a size standard of $4,500,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The current subcontracting goals for this contract are a minimum of 70.0% of the contractor's intended sub contract amount be placed with small businesses, with 6.2% of that to small disadvantaged businesses, 7.0% to woman-owned small businesses, 9.8% to HUB Zone small businesses, 3.0% to veteran-owned small business, and 0.9% to service-disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. The capacity limit for each contract is $8,000,000 for five years. There will be no specific delivery order limit except that of the contract capacity limit. Anticipate more than one contract, but no more than two (2) contracts may be awarded. Anticipate awards to be staggered, at six (6) to (12) month intervals. The first contract award is anticipated for the second quarter of FY 2010. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized and no funds are presently available (See FAR 52.232-18). This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: Typical types of services to be provided may include topographic, hydrographic, tidal determinations (gauging), aerial mapping (LIDAR), GPS control, boundary establishment, 3D digital mapping, office computations and other specialized surveys for use in developing "Plans and Specifications." The selected firm must demonstrate the ability to provide AutoCAD formatted drawings and all support files that conform with the Corps of Engineers CADD/GIS Technology Center A/E/C CADD Standards (version 4.0) using the most recent version of AutoDesk Civil 3D at the time of contract and follow-on delivery order award. 3. SELECTION CRITERIA: The following primary selection criteria (A-F) are listed in descending order of importance: (A) Professional personnel in the following disciplines: 2 surveyors licensed by the State of Alaska with a crew of 3 party chiefs and 6 staff surveyors, a photogrammetric specialist, and a hydrographic surveyor with at least 5 years of experience surveying in navigable channels. Responding firms MUST address each discipline, and clearly indicate which will be subcontracted. (B) Specialized experience and technical competence: (1) minimum of 3 years experience in the use of AutoCAD, Land Desktop and Civil 3D software, (2) minimum of 3 years of experience in global positioning system (GPS), (3) qualified to conduct precise surveys. (C) A quality management plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by the contractor, and how those processes will complement and support the government's quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key personnel in relationship to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the integration of work products of the entire team that is proposed. (NOTE: A detailed quality management plan will be required at the time of a Request For Proposal. (D) The firm's past performance on DOD and private sector contracts with respect to cost control, quality of work, and compliance with schedules. (E) Capacity to maintain schedules and accomplish required work on six task orders simultaneously. (F) Knowledge of the locality. Criteria G-I are secondary criteria and will only be used as "tie-breakers" among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (G) The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, 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. (H) Geographic proximity. (I) Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H(3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. Part I-H of the SF 330 describes the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I and II of the SF 330 must be submitted. Submittals may be mailed to U.S. Army Engineer District-Alaska, CEPOA-CT-(Maloy), P. O. Box 6898, Elmendorf, AK 99506-0898 and must be received not later than 12:00 pm Alaska time on the above response date. Any submittals received after this date will not be considered. Faxed submissions will NOT be accepted. Submittals may hand-carried or delivered by courier/express mail service to the following physical address: U.S. Army Engineer District-Alaska, Room 30, 2204 3rd Avenue, Elmendorf, AK 99506. If a courier service is used, one that has base access is preferred. If a firm does not have a current pass to obtain entry to Elmendorf AFB, the firm may obtain a pass using the following procedures: The visitor will have to go to the Boniface Gate for the vehicle pass* on day one. Someone from USACE (or a CAC Card Holder) will have to meet visitor(s) at the gate for the initial sponsorship and sign in before the pass is approved; this applies to anyone not on the Entry/Extended Authorization List (EAL = 90 days or more). After initial access the visitor will be able to enter without someone physically being at the gate; this is good for the duration of the pass that is issued. Ensure that the visitor is prepared to provide the required documentation for the vehicle, proper id and sponsor with approved ID in order to sign in. *Short Term Pass = less than 90 day pass *Long Term Pass = more than 90 day/EAL issued Installation Access ID Card (Joint Base Elmendorf Richardson Card for non-CAC card holders) All visitors to Army Posts and Air Force Bases should note that vehicle occupants are required to wear seatbelts. Cell phone usage by vehicle operators while driving on base/post is prohibited. Violators of either regulation will lose their Base/Post driving privileges.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-10-R-0006/listing.html)
 
Place of Performance
Address: Various Locations - Alaska, Elmendorf, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN01994501-W 20091031/091029235146-40fd30788d5d805cafce9f03f7b94f91 (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.