SOLICITATION NOTICE
T -- Survey And Mapping Services For Civil Works Projects Within Los Angeles District, But May Be Used South Pacific Division Wide.
- Notice Date
- 7/31/2013
- 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, Los Angeles, P.O. Box 532711, Los Angeles, California, 90053-2352, United States
- ZIP Code
- 90053-2352
- Solicitation Number
- W912PL-13-R-0022
- Archive Date
- 9/14/2013
- Point of Contact
- Cynthia H. McManus, Phone: 2134523247, Lucia A. Carvajal, Phone: 213.452.3240
- E-Mail Address
-
cynthia.h.mcmanus@usace.army.mil, lucia.a.carvajal@usace.army.mil
(cynthia.h.mcmanus@usace.army.mil, lucia.a.carvajal@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- General Information Solicitation Number: W912PL-13-R-0022 Posted Date: 31 July 2013 Original Response Date: 30 August 2013 Classification Code: T- Photographic, Mapping, Printing and Publication Services Contracting Office Address US Army Corps of Engineers, 915 Wilshire Blvd, Suite 1440, Los Angeles, CA 90017 P.O. Box 532711, Los Angeles CA 90053-2325 1. CONTRACT INFORMATION: This Architect-Engineer Indefinite Delivery Contract (IDC) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This contract requires the respondent be licensed to perform Surveying and Mapping in the states of California, Arizona, Nevada and Utah. The majority of the work and services will be for civil works projects; however, there may be a smaller portion of the work and services for military projects. One Indefinite Delivery Contract will be negotiated and awarded, the total amount of which will not exceed $8,000,000.00. The contract duration will be 60 months. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is October 2014 for a period of 60 months (through September 2019). Work is subject to availability of funds. Estimated construction cost is not applicable. The North American Industry Classification System (NAICS) code for this action is 541370. The size standard for this NAICS code is $14 million in average annual receipts. This solicitation is 100% set aside for small business. Only small businesses will be considered for award. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov Federal Customer Service Desk: www.fsd.gov; US Calls: 866-606-8220; Hours: 8am - 8pm (Eastern Time) 2. PROJECT INFORMATION: The work and services may consist of any combination of all phases of surveying and mapping, including but not limited to aerial mapping, field surveying, hydrographic surveying, cadastral surveying, and geodetic surveys. The work and services may include photogrammetric mapping, airborne laser map compilation, analytical bridging, orthophotography, precise leveling, total station mapping, and boundary surveys, using conventional survey techniques and differential Global Positioning System (GPS). The work and services may include coastal and oceanographic engineering studies, which will require capabilities in marine field data collection, surveying, and mapping for navigation and shore protection Civil Works projects at various locations in the Los Angeles District (Southern California). Specific types of marine field data collection include: multi-beam and single beam bathymetric sonar, side scan sonar, geophysical sub-bottom profiling, beach and surf bathymetric profiling, tidal and water level instrumentation, ocean wave and/or current instrumentation, and sediment tracer instrumentation. A-E services required in support of Quality Assurance includes hydrographic surveying in protected and exposed coastal waters to depths of approximately 75 feet, underwater hazard detection, dredging measurement and fill placement progress monitoring. The work and services may be prepared in metric units (System-International, SI) or English units (U.S. Survey Foot), referenced to the State Plane Coordinate System. Drawings and reports must be submitted in hard copy report format, Microstation design file (DGN) format, Inroads surface file (DTM) format, ArcGIS file format (surface file TIN format), AutoCAD (DWG) format, Orthophotographic (TIF) file format, ASCII points file (PTS) format and Terramodel (PRO) compatible electronic file formats. The firm selected for this contract will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. In Section H of the SF 330 describe the firm's Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s) work. The plan must be prepared and approved by the Government, as a condition of contract award, but is not required with this submission. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance, first by major criterion and then by each sub-criterion). Criteria (A) through (F) are primary. Criteria (G) through (H) are secondary and will be used as "tie-breakers" among firms that are essentially technically equal. A. Specialized Experience and Technical Competence: (1) Survey and Mapping expertise in coastal, desert, and mountain environments; (2) Survey and Mapping data processing expertise in coastal, desert, and mountain environments; (3) Knowledge and expertise in performing complex monitoring functions for quantities; (4) Knowledge and expertise in performing complex geodetic, boundary, topographical surveys using standard surveying techniques, and/or kinematic differential GPS techniques; (5) Knowledge and expertise in large and small scale mapping projects, Metric and English survey and mapping units of measurement, and orthophotographic techniques; (6) Knowledge and expertise in large and small scale mapping projects, metric and English survey and mapping units of measurement, and orthophotographic techniques; (7) Expertise in airborne and ground based laser map compilation, analytical bridging, orthophotography; (8) multi-beam and single beam bathymetric sonar applications and analysis, (9) side scan sonar applications and analysis, (10) marine geophysical interpretation and analysis, (11) kinematics Differential Global Positioning System capabilities, (12) electronic navigation control capabilities, (13) full heave/pitch/roll motion compensation capabilities, (14) digital signal processing capabilities to reduce/decimate/analyze oceanographic field data described in this solicitation, and (15) specialized equipment typically associated with the types of marine field data collection described in this solicitation. (16) Ability to deliver CADD and digital terrain model files compatible with MicroStation (DGN), Inroads (DTM), Arcview (TIN), AutoCAD (DWG) file format and Terramodel (PRO) file formats. B. Professional Qualifications. Qualified professional personnel in the following key disciplines: (1) Professional Land Surveying, Marine Surveying, Photogrammetry, Civil Engineering including Coastal and/or Ocean Engineering, Cartography; (2) engineering, survey, cartographic technicians. The evaluation will consider relevant experience, education, training, overall experience and longevity with the firm. C. Past performance on DOD contracts and other contracts with respect to cost control, quality of work and services, and compliance with performance schedules. D. Capacity to accomplish the work and services in the required times, sometimes on very short schedules. The evaluation will consider the experience of the firm and any consultants in contracts of similar complexity, and the availability of an adequate number of personnel in key disciplines. E. Knowledge of localities. Such as geological features, climatic conditions, hydrographic features, oceanographic conditions, and ellipsoidal and geoidal differences. F. Geographic proximity (physical location) of the firm to the location the projects. G. Extent of participation of small businesses, including women-owned, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. H. 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 having the capabilities to perform this work are invited to submit two (2) copies of SF330 Part I, and two copies of SF330 Part II for the prime firm and all consultants and an electronic version of the completed SF330 to the office shown above. The SF 330 Part I shall not exceed 50 pages (8.5"x11"), including no more than five (5) pages for Section H. Each side of a sheet of paper is a page. Use 10 font type or larger. In Block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team member's role on each listed project (i.e. project manager, design engineer, etc.). In Block D of the SF 330 provide the quality management plan and organization chart for the proposed team. A specific design quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with this submission. In Block F of the SF 330 provide 10 projects, all for the prime, unless major subcontractors with very relevant work, but still only 10 projects total. Responses received by close of business (4:00 PM) on the closing date will be considered for selection. If the 30th day is Saturday or Sunday or a Federal Holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. POINTS OF CONTACT: Contract Specialist: Cynthia McManus (213) 452-3247, cynthia.h.mcmanus@usace.army.mil; Contracting Officer: Lucia A. Carvajal (213) 452-3240, lucia.a.carvajal@usace.army.mil; Technical Information: Alan Nichols (626) 401-4010, alan.a.nichols@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-13-R-0022/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Los Angeles District - CT-W, 915 Wilshire Blvd., Los Angeles, California, 90017, United States
- Zip Code: 90017
- Zip Code: 90017
- Record
- SN03132211-W 20130802/130731235056-5410e89179fdd63522c858200bb8c80b (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 |