SOLICITATION NOTICE
C -- Two AE IDIQ Contracts for Architect/Engineer Services for Survey and Mapping projects primiarliy within the Great Lakes and Ohio River Division Mission Boundaries
- Notice Date
- 4/1/2014
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-40792784
- Response Due
- 5/1/2014
- Archive Date
- 5/31/2014
- Point of Contact
- Courtney Luckett, 502-315-6171
- E-Mail Address
-
USACE District, Louisville
(courtney.e.luckett@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1.GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541370. This announcement is set aside for Small Business only. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services for surveying and mapping for various military and civil works projects primarily within the Great Lakes and Ohio River Division mission boundaries. It is anticipated that one contract will be selected for the Louisville District and one contract for the Pittsburgh District. The Louisville District mission is nationwide. Projects outside the primary mission area may be added at the Government's discretion upon agreement of the A/E firm. Projects will be negotiated by firm-fixed-price task orders not to exceed $1,000,000. The maximum cumulative contract value for each contract is $4,000,000. The contract period is cumulative for five years. The top ranked firm will be awarded the first contract and the second ranked firm will be awarded the second contract. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. Significant emphasis will be placed on the A/E's quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is October 2014. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $30,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for architect-engineer services. 2. PROJECT SPECIFIC INFORMATION: The project consists of photogrammetric mapping services including aerial photography, analytical aerotriangulation, stereo mapping compilation/topographic mapping, digital orthophotography, horizontal and vertical control surveys, structural deformation studies: land use/land cover interpretation may be required. The project will also include route location surveys, quantity surveys, land surveys, construction layout surveys, hydrographic surveys, navigation project condition studies and geodetic surveys. Real property surveys of Government-owned land tracts or easements at levees, reservoirs, or dredge disposal areas may be required to establish or re-establish corners, monuments and boundary lines, or for the purpose of describing fixed improvements, or platting or dividing parcels. These services will be used as necessary to support engineering studies to include design and construction, planning, operation and maintenance of navigation, flood control, and military projects, real estate, and emergency management activities for projects within the jurisdiction of the selecting Districts and may be utilized Division wide. The District and Division boundaries are shown at http://www.lrd.usace.army.mil/. Surveys require personnel and equipment necessary to obtain surveys of second and third order accuracy (NGS standards). Photogrammetric facilities must be capable of producing topographic mapping that conforms to the ASPRS Accuracy Standards. Hydrographic survey capabilities must meet requirements of U.S. Army Corps of Engineers EM 1110-2-1003 Hydrographic Surveying, dated 30 November 2013. Hydrographic surveys shall include totally automated systems with the capability of positioning by use of a Differential Global Positioning System (DGPS). Firm(s) must also verify possession or ability to obtain backup (conventional/terrestrial) positioning systems in the event that satellite transmission for DGPS positioning is interrupted, blocked or not available. All work is to be performed under the supervision of a Registered Land Surveyor or a Registered Civil Engineer. Firms must be able to submit survey and mapping data in the formats requested by the Government. These formats include but are not limited to 3D-Microstation, AutoCad, Arc Info, Arc View, Arc GIS version 10.2.1, Arc Pad version 10, and intranet posting of data, and ASCII. The files may be requested on CD ROM, DVD, external hard drives, or electronic transfer. In addition to the above formats, firms must have e-mail capability for project updates, status reports, file transfer abilities (FTP), etc. The Government will only accept the final product, without conversion or reformatting, in the stated formats. Firms must have the capability of complying with the U.S. Army Corps of Engineers manuals, EM-1110-1-1000, EM-1110-1-1005, & EM-1110-1-1002. Engineer manuals are available on-line at: http://www.publications.usace.army.mil/USACEPublications/EngineerManuals.aspx?udt_43544_param_page=2. Firms must also have the capability of complying with the AEC CADD standards. Firms must be able to provide Global Positioning System (GPS) geodetic control surveys and mapping, in addition to conventional field-to-finish topographic mapping instruments suitable for the stated accuracies. A detailed list of survey instruments indicating age, technical specifications (indicating compliance with the NGS standards for second and third order survey accuracies), brand name, and mechanical condition of all instruments must be furnished. Firms must provide resume(s) of all key personnel as requested below, and a summary of the capability for performing all surveying must be submitted. 3: SELECTION CRITERIA: The specific selection criteria must be documented with resumes in the SF 330. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. The individuals identified by the project roles may not have multiple duties or be quote mark dual-hatted. quote mark Selection criteria (a through e are primary; f is secondary) in descending order of importance are as follows: (a) Professional Qualifications: Provide two resumes that demonstrate the professional qualifications necessary for satisfactory performance of the required services in each field for the following individuals: Civil Engineer; Supervisory Professional Land Surveyor; Supervisory Cartographic Technician. Resumes shall indicate registration, certification, training and education of individuals proposed for this project. At least one Civil Engineer must be professionally registered. Land Surveyor(s) must possess registration in the following states: KY, OH, IL, IN, MI, TN, NY, WV, and PA. Provide two resumes in each of the following fields identifying education, training and/or certification: Stereoplotter Operators; Cartographic or CADD Technicians. Provide resumes identifying education, training and/or certification for three field parties, each consisting of 3 people. (b) Specialized Experience: Firms must indicate specialized experience and technical competence in: 1) Field surveys (topographic and geodetic); 2) Aerial Photography by precise aerial mapping camera with current calibration and by digital mapping camera and including airborne GPS; 3) Capabilities in geodetic surveying and topographic mapping using GPS; 4) Photogrammetric production to include Stereoplotter compilation, analytical aero-triangulation; 5) Photographic reproduction capabilities; 6) GIS-data development and system design compatible with the National Spatial Data Transfer Standards (SDTS) and experience and capability to provide products in ESRI and Bentley GIS formats including SDSFIE Compliant geodatabases; 7) Creation of 2D and 3D digital files including various digital elevation models (gridded, TIN, etc.), derived from combination of photogrammetric, field survey total stations, GPS and/or hydrographic survey methods must be created in the format requested by the Government (conversion and/or reformatting is not acceptable). These formats include but are not limited to Microstation, AutoCad, Arc Info, Arc GIS, MGE, Geomedia and ASCII. Digital files will conform to AEC CADD Standards Release 5.0. The AEC CADD Standard may be viewed at https://cadbim.usace.army.mil/ 8) Hydrographic surveying capabilities using differential GPS, acoustic, and conventional survey techniques; 9) Digital orthophotography softcopy graphics aerial mapping; 10) A detailed list of survey instruments indicating age, technical specifications (indicating compliance with the NGS standards), brand name, and mechanical condition of all instruments must be furnished. List owned or leased automated hydrographic vessel(s) and relevant hydrographic equipment. List owned or leased air-worthy aircraft, currently certified precision aerial mapping camera; photographic lab for reproducing aerial photographic and mapping products; hardware and software to perform fully analytical aero-triangulation; analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DTM, DEM, data collection and manipulation of terrain data, digital data editing facilities; ability to provide orthophoto products (hard copy and digital); and airborne GPS capabilities for aircraft navigation and photo control; (11) Capability to perform LIDAR mapping and scanning, high-definition terrestrial laser scanning for mapping applications and development of three-dimensional modeling. Only resumes identifying the professionalism and specialized experience of key members of the team are necessary. Other available personnel may be specified in paragraph H of the SF330. In addition, the following must be addressed in paragraph H of the SF330: a brief Quality Management Plan including an explanation of the firm's management approach; management of subcontractors (if applicable); quality control procedures for surveys and mapping, including electronic documents; procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Block H also indicate the estimated percentages involvement of each firm on the proposed team. c) Capacity to complete the work in the required time with the understanding that this contract may require multiple teams to work individual task orders at various locations simultaneously; if a branch office, its capacity to perform independently of the main office. d) Past performance on DoD and other contracts to include cost control, quality of the work, and compliance with performance schedules. (e) Knowledge of the locality of the project. Submitting firms should demonstrate knowledge of the area covered by the Great Lakes & Ohio River Division (LRD) to include the states of KY, OH, IL, IN, MI, TN, NY, WV, and PA. Examples include knowledge of geological features, climactic conditions, local construction methods, and local laws, codes and regulations. (f) Volume of work of DoD contract awards within the last 12 months. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed sub consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. To be eligible for award, a firm must have a DUNS number and be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Central Contractor Registration (CCR) and ORCA are now available through the System for Award Management (SAM). Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. These guides can also be viewed on http://www.acquisition.gov. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 2:00 p.m. EST on Thursday, 1 May 2014. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Courtney Luckett, 600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Courtney Luckett at (502) 315-6171. Email: Courtney.E.Luckett@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-40792784/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN03325663-W 20140403/140401234737-bad2da093dd38bb5856336ff390b3ef0 (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 |