Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
SOLICITATION NOTICE

C -- THIS IS A PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR SURVEYING SERVICES PRIMARILY WITHIN THE VICKSBURG DISTRICT AND LOWER MISSISSIPPI VALLEY DIVISION ( NEW ORLEANS, MEMPHIS AND VICKSBURG DISTRICTS)

Notice Date
7/1/2011
 
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
W912EE-11-O-0002
 
Response Due
8/1/2011
 
Archive Date
9/30/2011
 
Point of Contact
Christy J. Love, 601-631-5826
 
E-Mail Address
USACE District, Vicksburg
(christy.j.love@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: This announcement is set aside for small businesses surveying firms. The services to be procured under this announcement are classified in North American Industry Classification System Code 541370. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Up to two (2) contracts will be awarded as a result of this announcement. Work will be accomplished under separate Indefinite Delivery Type Contracts NTE $3,000,000 with a performance period of three (3) years for each contract. 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 Vicksburg District but shall include the lower limits of the Mississippi Valley Division of the U.S. Army Corps of Engineers including the Memphis and New Orleans Districts which includes parts of Arkansas, Tennessee, Louisiana, and Mississippi. Work may also be assigned to other geographical areas within the Mississippi Valley Division. 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. Have one or more registered land surveyors in each of the states of Arkansas, Louisiana, Tennessee and Mississippi. 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 D are primary. Criteria E 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 December 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 39183, no later than close of business (COB) 4:00 PM Central on 01 Aug 2011. 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 Ms. Michelle Moore, (601) 631-5139 or email Michelle.Moore@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/W912EE-11-O-0002/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02488271-W 20110703/110701234527-f2ef40ba3e7c026dd003a9075fd4cb56 (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.