SOLICITATION NOTICE
C -- Indefinite Delivery Architect-Engineer Services Contract (GEOTECHNICAL ENGINEERING, ENGINEERING GEOLOGY, TOPOGRAPHIC SURVEY, ORTHOPHOTOGRAPHY, CADASTRAL MAPPING AND LAND PARCEL MAPPING) for Miscellaneous Projects in the Pacific Region
- Notice Date
- 12/19/2013
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-14-R-0003
- Response Due
- 1/22/2014
- Archive Date
- 2/21/2014
- Point of Contact
- Dayna N. Matsumura, (808)835-4379
- E-Mail Address
-
USACE District, Honolulu
(dayna.n.matsumura@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT INFORMATION: This contract is being procured in accordance with Public Law (PL) 92-582 (Brooks Architect-Engineer 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 service will consist of Geotechnical Engineering, Engineering Geology, Topographic Survey, Orthophotography, Cadastral Mapping and Land Parcel Mapping to support various military and civil works projects within the State of Hawaii, and may include other Pacific Region locations in the Pacific Ocean Division (POD) Area of Responsibility. Two indefinite delivery contracts will be negotiated and awarded, each with a base year and four option years, not to exceed 5 years. The amount of work for the 2 contracts will not exceed $9,900,000.00. The Government obligates itself to obtain no less than $1,000.00 in A-E services. Work will be issued by negotiated firm-fixed-price or labor-hour task orders. The first contract is anticipated to be awarded in June 2014; the subsequent contracts are planned to be awarded within one year of the closing date of this announcement. During the period when the contracts resulting from this solicitation run concurrently, the following will be considered in deciding which Architect-Engineer/Indefinite Delivery contract will be selected to negotiate an order: current capacity to accomplish the order in the required time, unique specialized experience, equitable distribution of work among the contractors, and performance and quality of deliverables. North American Industry Classification System Code (NAICS) is 541370 - Surveying and Mapping, which has a size standard of $14,000,000 in average annual receipts. This is a competitive procurement set aside for Small Businesses Only. 2. PROJECT INFORMATION: Work includes A-E services for geotechnical engineering, land surveying, environmental engineering, cost estimating, and specification writing. This includes design and engineering services for structure foundations, sub-grades for roadways, embankments, dams, and soil erosion control. Land surveying work includes cadastral and land parcel mapping; topographic mapping; control surveys; and digital terrain modeling. Aerial photography, LiDAR, and hydrographic surveys may occasionally be required. Specific computer-aided drafting (CAD) equipment, format of CAD products, and compliance with A/E/C standards will be required. Metric system will be a requirement on selected projects. The primary firm must have capability in either geotechnical engineering or land surveying. Collectively as a team, the primary firm and/or its sub-consultants must have capability in the following disciplines: Geotechnical Engineering Engineering Geology Topographic Surveying Aerial (Photography/LiDAR) Surveying Orthophotography/Photogrammetry Cadastral Mapping Land Parcel Mapping Hydrographic Surveying Civil Engineering 3. SELECTION CRITERIA: The PRIMARY selection criteria listed in descending order of importance are (first by major criterion and then by each sub-criterion): (a) Specialized experience and technical qualifications. (1)The evaluation will consider the offeror's specialized experience in the timely performance and management of the engineering services described in paragraph 2, Project Information; (b)Professional qualifications of the firm's staff/consultants to be assigned to the projects. (1)The evaluation will consider the education, training, registration and overall relevant experience of the team's key management and technical personnel; (c) Past Performance of the firm for similar work. (1)The evaluation will consider all past performance of the prime A-E contractor as documented in the Architect-Engineer Contract Administration System (ACASS). (2)The evaluation will consider past performance from sources other than ACASS. (d) Capacity of the firm to accomplish work in the required time; and (e) Knowledge of the locality of the projects. (1) The evaluation will consider the offeror's familiarity with the site conditions in Hawaii and the Pacific Region. SECONDARY selection criteria, to be used as quote mark tie-breakers quote mark among technically equal firms, are listed in descending order of importance as follows: (a) Small business (SB) and small disadvantaged business (SDB) participation. The extent of participation of small business (including women-owned), small disadvantaged business, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team 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. (b) Geographic proximity in relation to the location of the work (c) Volume of recent DoD contract awards. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 330 no later than 2:00 p.m., Hawaiian Standard Time, by 22 January 2014 No more than five (5) example projects shall be listed in Section F of the SF 330. An Indefinite Delivery Contract (IDC) listed in Section F will not qualify as a project; however, individual projects (no more than 2) awarded as IDC task orders will be considered. Additional example projects, if listed in Section H, will not be evaluated. Submittals will be sent to U.S. ARMY CORPS OF ENGINEERS, HONOLULU, BUILDING 230, ROOM 205, ATTN: CEPOH-EC-M, FORT SHAFTER, HAWAII 96858-5440. Firms are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to be registered in the SAM database prior to award may render your firm ineligible for award. Information on System for Award Management can be found at https://www.sam.gov/portal/public/SAM/. Request for Proposal No. W9128A-14-R-0003 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-14-R-0003/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN03255000-W 20131221/131219234433-c01d15dd26570b0fac0b2b786fdd1206 (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 |