Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2014 FBO #4676
SOLICITATION NOTICE

C -- General Surveying, Mapping And Geospatial Services, Various Locations Within The Corps Of Engineers' North Atlantic Division (Nad) Boundaries (Primarily New England)

Notice Date
9/11/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-14-R-0025
 
Response Due
10/13/2014
 
Archive Date
11/12/2014
 
Point of Contact
KImberly Pumyea, 978 318 8720
 
E-Mail Address
USACE District, New England
(kimberly.b.pumyea@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. Architect Engineer Services 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. One indefinite delivery contract will be negotiated and awarded with a base year and four option years. Initial base year will be for $450,000.00 and the total amount for the contract will not exceed $2,250,000.00. Work will be issued by negotiated firm-fixed-price task orders. This announcement is restricted to small businesses (this procurement is governed by NAICS code 541370, with a size standard of $15,000,000 in average annual sales and receipts for the three preceding fiscal years). Award of contract to the subsequently selected firm is anticipated in November 2014. 2. PROJECT INFORMATION: Surveying, mapping and geospatial services at various locations in the Corps of Engineers New England District (ME, MA, NH, CT, VT and RI), but could also include other states and districts covered by the U.S. Army Corps of Engineers North Atlantic Division's mission areas (NY, PA, NJ, DE, MD, VA, WV), and District of Columbia. Task orders may include activities associated with measuring, locating and preparing maps, charts, or other graphical or digital presentations depicting natural and man-made physical features, phenomena and legal boundaries of the earth in support of Topographic Engineering, Hydrographic Engineering, Land, Cartographic Surveys, and general Geospatial Database development services and products. Surveying and Mapping Services that may be required include primarily topographic and boundary surveys to include measurements and descriptions identifying exact locations, of field monuments and re-monumentation of various project boundaries; field book work; property descriptions; deed research; computing of coordinates; and property line delineations or topographic surveying of specified areas. Materials produced shall be used for design, construction, real estate, master planning, operations, as-built conditions, and precise structure stability studies. Conventional and electronic instrumentation, photogrammetric, laser scanning, remote sensing, inertial, satellite, and other survey methods shall be used as applicable. A limited amount of photogrammetric mapping with aerial photography may be required in supporting the above projects. Ground survey data collection in support of photogrammetric mapping projects includes establishment of necessary ground control (both horizontal and vertical) and profiles used for checking photogrammetric map accuracy. Surveying and Mapping Services may also include acquisition of hydrographic oriented surveying and mapping data and cartographic surveying for the uses indicated above as well as for dredging, production of nautical charts and other uses. Conventional and electronic instrumentation, photogrammetric, laser scanning, remote sensing, inertial, satellite, side scan sonar, sub-bottom profiling, ROV's, and other survey methods shall be used as applicable. Maps must be submitted in hard copy report format, hard copy ANSI D drawings, electronic (PDFs), and Microstation 3-D design file (DGN) V8i format. Geospatial Services may include mapping, charting, and related geospatial database development, which includes the design, compilation, digitizing, attributing, scribing, drafting, printing and dissemination of printed or digital map, chart, and related geospatial database products associated with planning, engineering, operations, and related real estate activities utilizing photogrammetric, geographic information systems, and other manual and computer assisted methods as applicable. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (e) are primary. Criteria (f) and (g) 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 (FAR 36.602-1(a)(2)). Firms must demonstrate specialized experience and technical competence in: (1) Topographic surveying for construction reference planes using Differential Global Positioning Systems (DGPS) and conventional survey techniques. Static/kinematic DGPS equipment must be capable of subcentimeter measurement accuracy, electronic total station with data collector (firms must own or lease this equipment). (2) Preparing individual and multi-tract boundary line surveys along with associated research. (3) CADD/SIS data processing equipment and have the ability to deliver CADD drawings in Mircostation 3-D Design File (DGN), V8i format. The Government will only accept this format without conversion or re-formatting in the target CADD software format and on the target platform specified herein. The target platform is a PC with a Windows 7 operating system. (4) Geospatial Database production of HTML5 as well as Adobe Flex-based web application front-ends with a portfolio of deployed and successful applications. The contractor shall have experience integrating such front-ends with a variety of geospatial data management back-ends, including but not limited to file geodatabases, external geospatial database servers, and locally-deployed full GIS-server implementations (such as with Microsoft SQL Databases, Oracle 11G Geospatial, and ArcGIS Server). The contractor shall also have general web application experience beyond components of a geospatial nature including document management, multi-discipline report generation, Search Server integration, instrumentation data manipulation and more generalized data manipulation. (5) Ability to produce a detailed map to quote mark ALTA quote mark specifications. Any ALTA Land Survey must meet the quote mark Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys quote mark as adopted by the American Land Title Association, the American Congress on Surveying and Mapping, and the National Society of Professional Surveyors. (6) Hydrographic oriented surveying, and mapping data utilizing conventional and electronic instrumentation, remote sensing, inertial, laser scanning, satellite, side scan sonar, depth sweeping capabilities, sub bottom profiling, and other surveying methods. b. Professional Qualifications (FAR 36.602-1(a)(1)). Qualified personnel in the following key disciplines: project manager, registered land surveyor(s), topographic survey crew chief, hydrographic survey crew chief, lead GIS analyst, geospatial database engineer, and geospatial programmer. The firm must have on its staff or provide through a consultant(s), personnel with professional surveyor registration in all six New England District states (ME, NH, VT, MA, CT, & RI). Assignments may be given in the remaining seven North Atlantic Division states (NY, NJ, PA, MD, DL, WV, & VA) and the District of Columbia. However, a statement declaring your firm's intent to obtain these registrations, if required, will be sufficient. Firms not demonstrating these requirements will be disqualified from further consideration. Evaluation of this criterion will consider experience and longevity with the firm, education, training, and voluntary certifications. c. Past Performance (FAR 36.602-1(a)(4)). Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. d. Capacity (FAR 36.602-1(a)(3)).Firm must be of sufficient size to field two survey parties, if needed, simultaneously for work under this contract. e. Knowledge of the Locality (FAR 36.602-1(a)(5)). Knowledge of USGS and state plane coordinate systems in all six New England states. Demonstrate knowledge of federal and state requirements for the entire NAD area. f. SB and SDB Participation (DFARS 236.602-1(a)(6)(C)). The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) 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. g. 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 with the ability to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Kimberly Pumyea, Contract Specialist, 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 the next business day. Include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. Please submit three hard copies of all submissions as well as, an electronic copy (PDF) on CD (no thumb drives). The SF 330, Part I, shall have a page limit of 50 pages, standard size 8.5 quote mark x 11 quote mark paper. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch. The New England District does not retain SF 330 on file. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management (SAM) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.sam.gov/portal/public/SAM/ or by telephone at 1-866-606-8220. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different SAM records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries or other entities, call Dunn and Bradstreet at 1-866-705-5711. For any general or administrative questions, contact the contract specialist Ms. Pumyea at 978-318-8720 or via email at Kimberly.b.pumyea@usace.army.mil. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-14-R-0025/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN03507276-W 20140913/140912000256-9bcfb7881e98a23832555c232dd383bc (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.