SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT FOR GENERAL AND PHOTOGRAMMETRIC SURVEYING SERVICES
- Notice Date
- 6/1/2012
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-12-R-0038
- Point of Contact
- Emily M. Acedo-Malaney, Phone: 2156566912
- E-Mail Address
-
emily.m.sheaffer@usace.army.mil
(emily.m.sheaffer@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for General and Photogrammetric Surveying Services within the boundaries of the District. The contract will be for a base period with options for up to two (2) additional periods. The maximum task order is not expected to exceed $400,000.00. The cumulative amount of all task orders is estimated to be about $400,000.00 in either the base or any of the option periods. The cumulative total for the base and option periods shall not exceed $1,200,000.00. An option will be awarded at the discretion of the Contracting Officer based on reaching the value limit first and then reaching the time limit. 2. PROJECT INFORMATION: The selected firm would be used primarily for general surveying, photogrammetric surveying and related ground control surveying including global positioning system (GPS) capability and digital mapping including the production of digital elevation models (e.g., triangulated irregular networks (TIN), aerial photography, digital database development, and digital orthophotography. All digital information must be compatible with the latest version of ARC/INFO geographic information system (GIS) along with other formats specified in individual task orders. Work will normally be within the geographic boundaries of the Philadelphia District, including but not limited to the Delaware River, Bay and tributaries in Pennsylvania, New Jersey, New York, Delaware, Chesapeake and Delaware Canal area of Maryland and the coastal regions of New Jersey and Delaware. Work in other areas of the above states may be required. Work in support of other agencies or USACE elements may be required under this contract. Work may include both national and international work supporting all USACE activities. All work shall comply with the ruling jurisdictional regulations and laws to include the requirements for registrations, licenses, and certifications. Certain labor classifications under this contract will fall under the Service Contract Act provisions; information relative to this will be provided after selection and prior to negotiation. Responding firms must be familiar with USACE requirements and regulations. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience in land surveying using Global Positioning Survey (GPS) with capability for Differential GPS and Real Time Kinematics (RTK) surveys, electronic total station theodolites with electronic data collectors and ability to use standard electronic data exchange formats for electronic digital files for computer-aided drafting (CAD) map creation in AutoCAD. Must have ability to achieve 2nd order, Class 1 survey accuracy standards and the ability to create digital orthoimagery maps meeting National Spatial Data Accuracy Standards. (2) Specialized experience in photogrammetric surveying, related ground control surveying including GPS capability, aerial photography and LIDAR mapping is also required; (3) Professional qualifications of the staff in land surveys. Education, training, experience of the staff related to the general and photogrammetric experience will be reviewed. Professional Surveyor licensing and certified photogrammetrics is required; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) Past performance, especially on relevant Department of Defense contracts will be reviewed in terms of cost control, quality of work and schedule compliance. Lack of such performance will not necessarily preclude a firm from consideration; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measures as a percentage of the estimated effort; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: Firms which desire consideration and meet the requirements described in this announcement are invited to submit a completed SF 330 Part I and II (revised 6/04) for the prime firm and for each consultant to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, ATTN: Paul D. Bacani, Philadelphia, PA 19107-3390 not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. All contractors are advised that registration in the Department of Defense (DOD) Central Contractor Registration (CCR) Database is required prior to the award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov or you may call the CCR Assistance Center at (888) 227-2423. As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the twelve (12) months preceding this announcement. As a requirement for negotiations, the selected contractor(s) will submit for government approval, a quality control plan that will be enforced through the life of the contracts. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposal, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541370 with a Size Standard of $14M. This is not a request for proposals. No other notification to firms for this project will be made.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-R-0038/listing.html)
- Place of Performance
- Address: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN02763852-W 20120603/120601235507-1ae24e702182ded2969987d664f10604 (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 |