SOLICITATION NOTICE
C -- Proposed Indefinite Delivery Type Contract for Surveying Services Primarily within the Vicksburg District but may also be used within the Mississippi Valley Division.
- Notice Date
- 12/1/2010
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE11O0001
- Response Due
- 12/31/2010
- Archive Date
- 3/1/2011
- Point of Contact
- Tracey Lowe, 601/631-7707
- E-Mail Address
-
USACE District, Vicksburg
(tracey.m.lowe@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- IN ACCORDANCE WITH THE BROOKS A-E ACT THIS PROCUREMENT IS LIMITED TO 8(a) FIRMS LOCATED WITHIN THE GEOGRAPHICAL AREA SERVICED BY THE SBA-MISSISSIPPI DISTRICT OFFICE WHICH HAVE THE NAICS CODE OF 541370. ALL OTHER FIRMS ARE INELIGIBLE TO SUBMIT OFFERS. THIS IS A PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR SURVEYING SERVICES PRIMARILY WITHIN THE VICKSBURG DISTRICT BUT MAY ALSO BE USED WITHIN THE MISSISSIPPI VALLEY DIVISION. POC is Mr. Ray Tisdale (601) 631-5617. 1. CONTRACT INFORMATION: This required Topographic, Hydrographic and GPS Surveying and Mapping services to be procured under this announcement are classified in North American Industry Classification System Code 541730. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and is set aside for 8(a) surveying firms. One (1) contract will be awarded as a result of this announcement. Work will be accomplished under One (1) Indefinite Delivery Contract NTE $1,000,000 with a base period and one option period. Task orders issued over the life of the contract shall not exceed $1,000,000. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $1,000,000, whichever comes first. The period of any option will be 365 days from the date the Contracting Officer signs the exercise of the option or until exhaustion of the contract value of the option or until exhaustion of the contract value of $1,000,000 whichever comes first. Work will be issued by negotiated firm-fixed price task orders. Allocation of task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. 2. PROJECT INFORMATION: The work consists of professional services in connection with surveying required at various locations primarily within the limits of the Vicksburg District which includes parts of Arkansas, Louisiana, and Mississippi but may also include work for the Mississippi Valley Division if requested. Use of the metric system of measurement may be required for some task orders. 3. PRESELCTION CRITERIA: Preselection criteria will be based on the following considerations which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. For the purposes of this solicitation the firm shall have one or more registered land surveyors in each of the states of Arkansas, Kentucky, Illinois, Louisiana, Mississippi, Missouri and Tennessee. B. Have a minimum of 3 years of demonstrated experience in the following areas: GPS surveys, automated hydrographic surveys utilizing DGPS, LIDAR surveys, gage and discharge surveys, automated topographic surveys utilizing total stations and data collectors, cadastral surveys, OTF or RTK surveys, and multi-beam or fan-sweep hydrographic surveys. C. Have demonstrated experience in the performance of first order horizontal and vertical control surveys. D. Have the necessary equipment, boats and personnel with demonstrated experience in the performance of the above type of surveys. E. Have demonstrated experience in the use of CADD/GIS systems. All drawings shall be furnished in BENTLEY MicroStation design file compatible format or ESRI compatible format. Deliverables and backups must be of current version in operation by the Vicksburg District at time of contract award. Responding firms must, as a part of their response, state the type of CADD system to be used by their firm and explain in detail how the system will be made compatible with the Vicksburg District CADD/GIS system. Firms failing to submit as a part of their response, information on how they will achieve complete CADD/GIS compatibility with the Vicksburg District's system, will not be considered. 4. SELECTION CRITERIA: Selection criteria will be based on the following considerations and are listed 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 a "tie-breaker," if necessary, in ranking the most highly qualified firms. A. Specialized experience in first-order horizontal and vertical control surveys, GPS control surveys, automated hydrographic surveys in real time utilizing DGPS technology, LIDAR surveys, gage and discharge surveys on large and small streams, topographic surveys utilizing total stations and data collectors formatted for entry into CADD/GIS computer systems, topographic surveys utilizing vehicle-mounted OTF or RTK Differential GPS systems, multi-beam or fan-sweep hydrographic surveys, and cadastral surveys including large land areas accepted by state or Federal courts to settle boundary disputes. B. Capacity in terms of personnel, including management personnel, with demonstrated experience and qualifications in all areas of surveying required above, and necessary equipment to assure prompt response to and completion of surveying assignments (firms may be required to show model and serial numbers of all equipment shown in the SF 255). C. Professional qualifications of employees designated to work under this contract, including professional recognition, professional registration, advanced degrees, and recognized designations of industry professional organizations. D. Knowledge of locality in terms of terrain features, area working conditions, location of major land forms, and river basins, etc. E. Past performance - consideration will be given to ratings on previous A-E DoD contracts for engineering services. F. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be 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. Geographic proximity to Vicksburg, Mississippi. H. DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. The contract will be awarded on or about January 2011. 5. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one copy of SF 330 along with a copy of part II of each sub-consultant's SF 330 to U.S. Army Corps of Engineers District, Vicksburg ATTN: A-E Technical Services Section (CEMVK-EC-TS), 4155 Clay Street, Vicksburg, Mississippi 39180-3435, no later than close of business (COB) 4:00 PM Central on 31 December 2010. Include both the solicitation number and the company's DUNS number on all submittals. Note the following restrictions on submittal - Resumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will be limited to a maximum of 20 typed pages. Pages in excess of the maximum of 20 will be discarded and not used in the evaluations. Additional information (Section H) will be limited to a maximum of 20 pages. All telephone calls should be directed to Mr. Ray Tisdale, (601) 631-5617 or email. Ray.S.Tisdale@usace.army.mil. *** APPOINTMENTS WILL NOT BE SCHEDULED FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT *** This is not a Request for Proposal. A fee proposal will be requested at a later date. **** NOTE: Contractors must be registered with the appropriate SBA Office.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE11O0001/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02336020-W 20101203/101201234119-6373685ada1224a048ccac4759575e54 (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 |