Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2013 FBO #4317
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES TO SUPPORT THE JACKSONVILLE DISTRICT AND THE SOUTH ATLANTIC DISTRICT

Notice Date
9/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-13-R-0036
 
Response Due
10/17/2013
 
Archive Date
11/16/2013
 
Point of Contact
Deborah Brost, 904-232-2441
 
E-Mail Address
USACE District, Jacksonville
(deborah.j.brost@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. CONTRACT INFORMATION: These contracts are 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. Interested parties must submit an expression of interest in accordance with the instructions in this Synopsis: This announcement will result in four (4) contracts to highly qualified small business firms only. One (1) of these contracts will be an Economically Disadvantaged Women-Owned Small Business (EDWOSB) and the remaining three (3) will be small business contracts. It is the intent of the Government to initially award four (4) contracts from the small business set-aside with one (1) contract from the economically disadvantaged woman owned set-aside (EDWOSB). However, if there are no highly qualified EDWOSB set-aside firms the award will be made from the highly qualified small business firms. All firms responding to this announcement MUST identify in which category they are submitting. All firms must state the words (Small Business) or (Economically Disadvantaged Women-Owned Small Business) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF330) MUST be submitted for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. Only firms considered highly qualified will be awarded a contract. The contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for two additional years; not to exceed a total of three years. While the estimated dollar amount per year is $750,000.00, the actual obligation per year may be greater than or less than the $750,000.00. Maximum order limit is $2,250,000 for the life of the contract, including options. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contract may be used to provide services within the geographic boundaries of the other U.S. Army Corps of Engineers districts within the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. NOTE! Firms submitting responses to this solicitation will be required to meet the performance of work requirements as stated in FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Business Concerns and or FAR 52.219-14 Limitations on Subcontracting. Failure to demonstrate compliance will be referred to SBA for a Certificate of Competency. 2. PROJECT INFORMATION: The work will consist of topographic, geodetic, property/boundary, hydrographic, and remote sensing surveys and CADD/GIS mapping services to support planning, engineering design, construction, operations, and maintenance of civil works projects. Some of the services are of the following types: construction layout and alignment surveys; real estate boundary, property, and tidal surveys; beach profiles; horizontal and vertical geodetic control surveys; ground penetrating radar and vacuum excavation for utility location; ground based laser scanning; near-shore and offshore hydrographic surveys; seabed classification; side scan sonar; sub-bottom profiling; acoustic Doppler current profiling; magnatometry; CADD/GIS; topographic and hydrographic LIDAR; collection of aerial imagery for large and small photogram metric mapping utilizing digital aerial cameras; orthophoto generation; multi/hyper spectral imagery. 3. SELECTION CRITERIA The selection criteria for this particular project are listed below in descending order of importance Criteria in paragraphs A through D are primary. Criteria E and F are secondary and will only be used as quote mark tie-breakers quote mark among firms that are essentially technically equal. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The A-E shall demonstrate that all expertise requirements are reflected on key personnel resumes. Include a detailed list of field equipment, platforms of operation (vessels, aircraft, airboats, amphibious vehicles, etc.), and sensors (to include data collection systems, positioning, motion sensing, navigation, etc.). (1) Topographic Surveying Firms must clearly demonstrate specialized experience and expertise in the following fields: i) Creating and processing data networks utilizing a minimum of five (5) site control points; ii) construction layout surveys; iii) operating survey-grade GPS units; iv) real estate boundary surveys; v) tidal surveys; vi) horizontal and vertical geodetic control surveys; and vii) topographic surveys of structures/features within in bodies of water. Any specialized experience in ground penetrating radar, vacuum excavation for utility location, and ground based laser scanning will receive more weight in the evaluation process. (2) Hydrographic Surveying Firms must clearly demonstrate specialized experience and expertise in the following fields: i) use of HYPACK with single-beam (dual frequency) fathometer; ii) use of HYPACK with multibeam fathometer; iii) surveying within canals, lakes, or ponds; iv) RTK GPS horizontal and vertical positioning of vessel; v) surveying nearshore (within 3,000 FT of shoreline) and offshore coastal bathymetry; and vi) a minimum of one 20 to 30 foot hydrographic survey vessel with cabin and trailer is required. Any specialized experience in side scan sonar, sub-bottom profiling, and magnatometry will receive more weight in the evaluation process. (3) CADD/GIS Firms shall clearly demonstrate specialized experience and expertise in the following processing techniques: i) Inroads for surface modeling; ii) Inroads for volume computations; iii) utilization and processing of standardized feature codes; iv) HYPACK for hydrographic data processing and volume computations; v) MicroStation for CADD deliverables; vi) CADD / GIS interoperability. B. QUALIFIED PROFESSIONAL PERSONNEL: A resume is required for each person, showing relevant education and training, intended role(s) to be filled by person, as well as experience within the last five years. Note one individual possessing the required expertise of more than one discipline is acceptable but the resume must clearly demonstrate meeting the required length of experience of each discipline. (1) Professional Surveyor/Mapper within Prime Firm At least one key personnel must have a bachelors or masters degree from an accredited university in Geographic Information Systems, geography, cartography, physical science, hydrology, engineering, geomatics, land surveying, or related field. This person must also have a professional license for Land Surveying in the State of Florida. (2) Topographic Surveying The minimum number of key personnel required and minimum years experience is shown in parentheses for the following disciplines. Party Chief (minimum of 2 individuals - with a minimum of 2 years experience each). Instrument Operator (minimum of 2 individuals - with a minimum of 1 year experience each). Key personnel having a bachelors or masters degree from an accredited university in geomatics or related field, professional license (including intern EIT/FE, SIT/LSI), or related certification will receive more weight for evaluation. (3) Hydrographic Surveying The minimum number of key personnel required and minimum years experience is shown in parentheses for the following disciplines. Party Chief/Instrument Operator (minimum of 1 individual - with a minimum of 2 years experience). Boat Operator (minimum of 1 individual - with a minimum of 2 years experience). Key personnel having a bachelors or masters degree from an accredited university in geomatics or related field, professional license (including intern EIT/FE, SIT/LSI), certified hydrographer, or related certification will receive more weight in the evaluation process. (4) CADD/GIS The minimum number of key personnel required and minimum years experience is shown in parentheses for the following disciplines. Surface Modeler (minimum of 1 individual - with a minimum of 5 years experience). GIS Analyst (minimum of 1 individual- with a minimum of 5 years experience). CADD Drafter (minimum of 1 individual- with a minimum of 1 year experience). Key personnel having a bachelors or masters degree from an accredited university in Geographic Information Systems, geography, cartography, physical science, hydrology, general engineering, or related field will receive more weight in the evaluation process, but not required. (5) Project Management The minimum number of key personnel required and minimum years experience is shown in parentheses for the following discipline. Must have a bachelors or masters degree from an accredited university in Geographic Information Systems, geography, cartography, physical science, hydrology, engineering, geomatics, land surveying, or related field. Project Manager (minimum of 1 individual - with a minimum of five years experience). C. CAPACITY TO ACCOMPLISH THE WORK: Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates, to include emergency response following significant storm events[PJS2] as evidenced by the submitted equipment, the team members, and the subcontracting partnerships (if applicable). D. PAST PERFORMANCE: Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information for current relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span.) Submit information for all relevant contracts and subcontracts started or completed within the past 5 years (measured from the date of this synopsis). Firms may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts. Include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Past DOD performance data available to the Government through the A-E Contract Administration Support System (ACASS) will also be evaluated. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY: E. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. F. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida with lower mobilization and demobilization costs will be given preference, provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit one copy of SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), and one separate copy of SF 330, Part II, for the firm or joint venture and each subcontractor. Submittal packages must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on October 17, 2013. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The NAICS code is 541370. The size standard is $14,000,000. Responses to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-CT, 701 San Marco Boulevard, Jacksonville, FL 32207-8175, or U.S. Army Corps of Engineers, ATTN: CESAJ-CT, P.O. Box 4970, Jacksonville, FL 32232-0019. NOTE: If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, the person that hand-delivers the offers should call the contract specialist whose name appears in the procurement and asks the specialist to send someone to the security desk to take possession of the offer. This is not a request for proposal. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the System for Award Management (SAM) database before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. Call 866-606-8220 for more information or visit the SAMs website at http://www.sam.gov. Verbal requests for information must be directed to the Contract Specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be sent to the person identified as the Contract Specialist and may be sent via email. Inquires and requests that are directed to any other person may not be relayed to the proper person and; therefore, may not be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-13-R-0036/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville 701 San Marco Blvd. Jacksonville FL
Zip Code: 32207-8175
 
Record
SN03192098-W 20130919/130918000631-e14537495f1a5e0d970e4ba01a6d7b4c (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.