SOLICITATION NOTICE
C -- ARCHITECT-ENGINEER PROFESSIONAL HYDROGRAPHIC SURVEYING AND MAPPING SERVICES INDEFINITE DELIVERY CONTRACT (IDC)
- Notice Date
- 5/18/2016
- 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, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, Texas, 77553-1229, United States
- ZIP Code
- 77553-1229
- Solicitation Number
- W9126G-16-R-0019
- Archive Date
- 7/2/2016
- Point of Contact
- CELIA E. COCKBURN, Phone: 4097663067, Maria E Rodriguez, Phone: (409)766-6331
- E-Mail Address
-
celia.e.cockburn@usace.army.mil, maria.e.rodriguez@usace.army.mil
(celia.e.cockburn@usace.army.mil, maria.e.rodriguez@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: a. General. This A-E Services contract is being procured in accordance with the Brooks Act (Public Law [P.L.] - 92-582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is 100% Set-Aside for Small Business firms. The contract is anticipated to be awarded on or about 1 Aug 2016. Solicitation period at minimum will be 30 calendar days from the posting date. It is anticipated that one contract will be awarded from this announcement for an estimated total of $3,000,000 and will have a 1-year base period and two 1-year option periods. A Minimum Guarantee amount of $2,500 will apply to the Base Period only. The contract awarded under this announcement will be administered by the Fort Worth District, 2000 Fort Point Road, Galveston, Texas. North American Industrial Classification System code is 541370, Surveying and Mapping (except Geophysical) Services, which has standard size of $15 Million. b. Contract Award Procedure: To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with the SAM, please see the SAM Web site at https://www.sam.gov/. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. c. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. 2. PROJECT INFORMATION: A-E Services are expected for but not limited to labor, management, facilities, supplies, material, and equipment (other than those to be furnished by the Government) and work necessary for performance of professional surveying and mapping work as may be required for planning, designing, constructing, maintaining, and operating various projects. The A-E shall furnish the required personnel, equipment, instruments, and transportation as necessary to accomplish the required services and furnish to the Government reports and other data together with supporting material developed during the field data acquisition process for the period of service as stated in Section G of the contract. During the prosecution of the work, the A-E shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and progress of the work. Survey services will be performed in connection with projects assigned to the Galveston District. The Galveston District covers an area averaging 100 miles in width along the Texas coast, extending from approximately 15 miles east of the Texas Louisiana state line south to the Rio Grande. The District encompasses all of 49 Texas counties, portions of four Louisiana parishes and adjacent waters of the Gulf of Mexico. Professional survey services may also be performed in connection with civil, military and work for others projects assigned to any entity of the U.S. Army Corps of Engineers (USACE). Project locations will be identified in each task order. Field conditions will generally include terrain of varying types, steepness, and consistencies ranging from dry land to soft marshlands, including swamps and dredged material placement areas, which may be covered by shallow water. Locations will also include shallow and deep draft inland waterways and channels, rivers, lakes, bays, streams, and similar bodies of water as well as waters offshore from the States of Texas and Louisiana, and other states and counties as required by specific task orders. 3. TECHNICAL CRITERIA AND STANDARDS 3a) Technical Manuals and Other Instructions Work shall be in accordance with survey standards, technical manuals and other instructions furnished by the Contracting Officer and as necessary to meet the requirements of the proposed products. The publications listed below are made a part of this contract by reference and the A-E shall follow and utilize, as a minimum, these documents as applicable. (1) Engineer Manual (EM) 385 1 1, Safety and Health Requirements Manual, 15 September 2008. (2) EM 1110 1 1000, Engineering and Design - Photogrammetric Mapping, 1 July 2002. (3) EM 1110 1 1002, Survey Markers and Monumentation, 14 September 1990. (4) EM 1110 1 1003, Navigation Satellite Timing and Ranging (NAVSTAR) Global Positioning System Surveying, 1 July 2003. (5) EM 1110 1 1004, Geodetic and Control Surveying. This EM expired 01 June 2002, used for reference only. (6) EM 1110 1 1005, Topographic Surveying, 1 January 2007. (7) EM 1110-1-2909, Geospatial Data and Systems, 30 September 2005. (8) EM 1110 2 1003, Hydrographic Surveying, 1 January 2002, Change 1, 1 April 2004, 30 Nov. 2013. (9) EM 1110-2-1009, Structural Deformation Surveying, 1 Jun 02 (10) EP 715 1 7, A-E Contracting, 22 May 2007. (11) Engineer Regulation (ER) 405 1 12, Real Estate Handbook, 20 November 1985, Change 34, 15 May 2000. (12) ER 1110 1 12, Quality Management, change 1 30 September 2006. (13) ER 1110 1 8152, Professional Registration, 8 August 1995. (14) ER 1110-1-8156, Policies, Guidance, and Requirements for Geospatial Data and Systems, 30 September 2005. (15) ER 1110-2-8160, Engineering and Design - Policies for Referencing Project Evaluation Grades to Nationwide Vertical Datums, 01 March 2009 (16) EC 1110-1-87, Standards For Maps, Drawings, Engineering Surveys, Construction Site Plans, And Related Geospatial Data Products, 1 July 1996. This EC expired 30 June 1998 used for reference only. (17) ETL 1110-1-183, Using Differential GPS Positioning for Elevation Determination, 1 Apr 98 (18) ETL 1110-1-184 Use of the U.S. Coast Guard Differential Global Positioning System and the Continuously Operating Reference Station System, 01 October 1998 (19) Field Manual (FM) 3-34.331, Topographic Surveying, 16 January 2001. (20) FM 5-441, Geodetic and Topographic Surveying. (21) Manual of Practice for Land Surveying in Texas, 23 November 1991. (22) NOAA Technical Memorandum NOS NGS-58, November 1997. (23) Public Law 101-336, Americans with Disabilities Act of 1990. (24) Southwestern Division - Architectural and Engineering Instruction Manual (SWD-AEIM), October 2002. (25) A/E/C CADD Standards, September 2006. (26) TEC-0103 Field Calibration Procedures for Multibeam Sonar Systems 3b) CADD Files (1) Format - Files will be digital and capable of being loaded directly to the Galveston District's Microstation CADD system. Design files will not be submitted in a format other than Microstation.Dgn, version V - 8i. No conversions from AutoCAD.dwg and/or.dxf files will be accepted. The files shall be delivered in DOS/WINDOWS 8.3 format on DVD-ROM (e.g. xxxxx.dgn). (2) Graphic Microstation files will be set to the Galveston District / Tri-Service A/E/C standard. Configuration files will be made available to configure Microstation with the standard workspace. The design drawings shall contain as a minimum horizontal and vertical control and the precise location of primary reference points (i.e., baseline, reference lines, etc.). (3) DTM files (Digital Terrain Model) files of the completed surfaces will be in a Filename.DTM format. (4) Electronic topographic survey data files that include random shots will be submitted in the ASCII XYZ, Filename.XYZ or Filename.CSV (comma delimited text file) format. (5) Electronic Survey data files for placement areas will follow the Galveston District Placement Area Survey Codes list. ASCII text files named Filename.XYZ or Filename.CSV will include columns to accommodate the point id, northing, easting, elevation, and code. (6) The Contracting Officer will furnish the A-E a DVD ROM containing the following files: • ALL-border.dgn ­ AE border sheet reference file • Spot-cells.dgnlib ­ Cell library • Galdef.tbl ­ Plotting pen table • Levels.dgnlib ­ Level assignment library • US-survey-seed2d.dgn ­ 2 dimensional seed file • US-survey-seed3d.dgn ­ 3 dimensional seed file • DA1959.dgn ­ Survey monument description card reference file (7) File Management - A consistent form of file management shall be maintained. File naming regimes will be coordinated with COE offices requesting the work (8) Spreadsheets and Text Files Spreadsheets and text files shall be submitted using DVD ROM, media and software acceptable to the Contracting Officer (currently IBM compatible, DVD ROM; Excel 2007 for spreadsheets and Word 2007 for word processing, and Notepad for ASCII text files). (9) Certification of Computer Media - All delivery media (DVD-ROM) for computer data shall be certified by the A-E to be free of known computer viruses. The name, version and release date of the virus scanning software used to analyze the delivery media shall be furnished to the Contracting Officer at the time of each task order. If analysis of the delivery media by the Contracting Officer finds evidence of virus infection, the media will be returned to the A-E. The A-E shall clear the virus and resubmit the media at no additional cost to the Government. C3c) Datum - All vertical control established shall be tied to North American Vertical Datum (NAVD) of 1988, as established by the National Geodetic Survey (NGS). All horizontal control shall be referenced to the North American Datum of 1983 (NAD83) and shall be tied to the Texas State Plane Coordinate System, South Central or South Zone. All horizontal control established shall be grid coordinates and tied to existing NGS and/or Corps of Engineers (COE) control. C3d) Field Notes - Field notes shall be recorded in Government approved field books. Each section or task shall be a separate set of notes. All field notes shall be recorded in the field book at the time of acquisition. Entries shall be legible and be complete records of all fieldwork performed. The front cover of each book used shall be numbered, beginning with the number 1 and numbered consecutively throughout the project work, and shall show the contractor's name, the contract number and the project title. Each field book page used shall have the date of the work recorded thereon. The names and duties of party members, the name of the channel and section designation, as identified on appropriate maps, shall be shown at the beginning of each task (section or level run). The first four pages of each field book shall be used as index pages and every page shall be numbered consecutively beginning with the number 1 on the first page. Cross sections shall be cross-referenced to the benchmark designation, elevation, and description assigned in the level run. Each data point shall be described (natural ground, top bank, bottom channel, etc.). Explanatory notes and sketches to describe each point set shall be included in the field notes. North shall be the top of the page. The field book shall also be presented in electronic PDF format. Each field book will be in a separate PDF file. The file naming regimen for PDF files will be at the discretion of the Contracting Officer 3e) Discrepancies, Ambiguities, or Lack of Clarity, etc. The A-E shall advise the Contracting Officer of discrepancies, ambiguities or lack of clarity noted in plans, specifications, drawings, regulations, manuals, or other information furnished by the Government in subsequent task orders for use in connection with a project. 3f) Communications - If the A-E has the capability to establish communication links, such as E-MAIL, Internet, etc., it shall be utilized to the extent permissible per terms and conditions of the contract. 3g) Metadata - Meta data template shall be provided in XML format. All fields shall be populated. The template will be provided by the Government. 3h) Bentley InRoads - The A-E shall possess the capability to provide survey data, when requested, in a format capable of being loaded directly into Bentley Inroads V8i software. This process shall include defining necessary break lines, generating surfaces (.dtm), creating geometry projects and alignments including stationing (.alg) and providing an ASCII (x,y,z) file that is compatible with Inroads. The A-E will provide all files used to create InRoads project(s): template libraries (.itl) and roadway designs (.ird), Alignments (.alg), Surfaces (.dtm), Preferences (.xin), Custom Cross sections (.xsc) if defined, etc. 4. WORK TO BE PERFORMED This Appendix sets forth the general requirements for the performance of various hydrographic and topographic surveying and mapping services required under this A-E indefinite delivery type contract. The A-E shall perform all or part of the following prescribed services as more specifically identified in subsequent task orders. Specific procedural, technical, and quality control requirements to be performed under this contract and subsequent task orders are also included in the paragraphs below as well as in Sections E through H of the contract. 4a) Hydrographic Surveys These services include subsurface surveys of offshore waters, shallow and deep draft inland waterways and channels, coastal areas, inland lakes, rivers and other similar bodies of water in support of various civil works and military projects for navigation, dredging, flood control, beach nourishment, etc. These services shall utilize automated data acquisition methods, and subsequent office reduction processes to obtain final maps, drawings or charts, and computing dredging quantities. These services may also involve subsurface and over bank surveys of levees, breakwaters, canals, embankments, groins and other similar structures. All work shall be performed to COE specifications identified herein and in each specific Task Order and will be provided in COE specified formats. Statements of Work (SOW) will tailor these specifications for each work order issued. A quality control plan will be a contract requirement. This contract will permit that a Government observer be present during shipboard operations. The A-E is encouraged to review the technical specifications and a description of the deliverables before submitting proposals for Task Orders under this contract. Task Orders issued under this contract will consist of the tasks listed below, or a combination thereof: (1) Acquiring shallow water multibeam sounding data; (2) Acquiring side scan sonar data; (3) Acquiring vertical beam echosounder data; (4) Determining positions and least depths on hazards to navigation; (5) Installing, operating, and removing water level (tide) stations; (6) Acquiring related supporting data (e.g. water level correctors, velocity of sound in the water column, vessel motion correctors and bottom sediment samples, etc); (7) Processing the data, including tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level, vessel motion, and velocity of sound correctors to determine the true depths, correlating sonar targets, and compiling reports, final smooth sheets, and digital data; (8) Performing quality control during data acquisition and processing; (9) Delivery of the data, reports, and plotted sheets to COE for archival. 4a1) Hydrographic Surveying Capability Criteria: The A-E must be able to provide adequate surveying vessel(s) and equipment and sufficient technical, supervisory, and administrative personnel to ensure expeditious prosecution of work assignments. The A-E must demonstrate surveying experience in the types of surveys listed above and have on staff and available to work on COE projects at least one Project Manager, Hydrographer, Tides/Water Level Specialist, Land Surveyor, and GIS Specialist. The hydrographer must have a minimum of three years experience in hydrographic surveying and demonstrated experience in surveying using shallow water multibeam sonar system, vertical beam echosounder, side scan sonar system and be capable of interpreting the data. The tides/water level specialist must have demonstrated experience in measurement of tides and water levels, tidal datums, and tidal zoning and their application to hydrographic surveying. The A-E must be familiar with the geographical area of the District's projects and have knowledge and experience with hydrographic surveys within the District's boundaries. The A-E will be required to maintain a list of key personnel demonstrating their availability to work on COE tasks orders issued under this contract. In addition, the A-E will be required to maintain the equipment/ capabilities listed below throughout the duration of the contract. 1. Availability of a suitable survey vessel(s) that complies with applicable U.S. Coast Guard, EPA, OSHA, and other federal regulations; 2. Data acquisition and processing systems; 3. Vertical beam echosounder system(s); 4. Shallow water multibeam sonar system(s) capable of detecting contacts measuring 1m x 1m x1m high; 5. Side scan sonar system(s) that can detect a 1m x 1m x 1m target, with the capability to record data digitally; 6. GPS surveying equipment for establishing horizontal control; 7. Differential GPS equipment for vessel positioning; 8. Water level measurement gauges; and equipment for determining velocity of sound in the water column. 9. The Galveston District has a requirement for a large vessel, to respond to emergency surveys in the aftermath of a storm event. The vessel must be capable of operating off shore in a 4-6 ft. sea environment. The A-E will provide a vessel with a minimum length of 100 ft. to be used for the collection of hydrographic survey data offshore, along the coast of Texas. The vessel will come complete with a captain, crew and will be available within 24 hrs of notification. The Contracting Officer will notify the A-E by e-mail or land/cell/satellite phone when and where to deploy the retained vessel in case of an emergency. 4b) Specifications and Deliverables The Galveston District will require surveys and survey files to be submitted in Hypack's Raw Data format. Hypack is the preferred format for hydrographic surveys. All survey data shall be submitted in this Raw Data format or xyz Microstation format for processing by the Government. In the event the Government requests a final edited format from the Contractor, it shall be submitted in either Hypack or Microstation readable format. Specifications and deliverables for all surveys and related work products required as a result of this contract shall strictly adhere to the specifications listed below. (1) Single-beam Data Pre and post dredge surveys and other surveys of areas of interest will be carried out using a single/dual frequency survey echosounder. Data from the acquisition phase may be used to provide profile or bathymetric plots and volume estimations of channel sections. (2) Raw single-beam data The Galveston District will be using Hypack Survey Software for the duration of this contract and all survey files provided and requested will be in Hypack formats. Single beam data shall be comprised of time-tagged positions and depths set forth in the RAW Data format by Hypack. The system must be capable of real-time display of tide corrected data referenced to the channel design and the tides used will be logged into the data records. While displaying the real-time data it is also desirable to simultaneously view data from all other components that make up the survey system, to include across-track depths relative to the channel template. The operator shall be able to view overlay cross-sectional soundings from previous survey data with real-time data in order to make immediate determination of channel shoaling conditions. (3) Edited Single-beam Data - Processed single-beam data will conform to Hypack's edited data format. Survey Data shall be submitted in both Hypack's Edited and Raw Data format. The data will be tide corrected and clean of anomalous soundings. Profiles may be plotted referenced to the channel design and will show the end areas for each template change of the channel. The data may also be plotted to a standard bathymetric chart (individual soundings in plan view). The processed data files must be capable of being displayed in a PDF format that can be reviewed by other users within the District Office. (4) Shallow-Water Multibeam Data The A-E's Multibeam data format shall provide complete traceability for all positions, soundings, and correctors including sensor offsets, biases, dynamic attitude, sound velocity, position, sensor position, date and time, vertical datum reducers, and sounding data from acquisition through post processing. Data quality and edit flags must be traceable. (5) Raw Multibeam Data The A-E shall submit full resolution Multibeam data in Hypack's HSX format. Data collected in other than Hypack software must in a generic ASCII format readable by Hypack/Hysweep. Full resolution multibeam data shall be delivered fully corrected for tides, sound velocity, vessel offsets, draft and settlement and squat. Full resolution data are defined as all data acquired and logged during normal survey operations. (6) Edited Multibeam Data The A-E shall submit an edited Multibeam data set in Hypack's HSX format or ASCII text format. Edited data are defined as fully corrected data that meet accuracy and resolution specifications are cleaned of all anomalous soundings, and serve as the source for all preliminary smooth sheet soundings and sun-illuminated DTM's. Edited data sets shall contain XYZ, z' (tide corrector), date/time stamp, and a unique identifier which indicates whether the sounding is depicted on the smooth sheet. Coordinates (XY) shall be state plane NAD 83, and depth (Z) shall be in feet to nearest one tenth of a foot (fully corrected for tide), sound velocity, dynamic and static draft, and all vessel offsets). Tide corrector (z') shall be in feet to the nearest tenth. Time shall be UTC to the nearest second. Data shall be binned, line-by-line, at a bin size not less than 5 feet + 5 percent of the depth, using shoal biased filtering. All depths shall retain their survey position and shall not represent the binned area centroid or other abstract position (i.e. binned, not girded data). (7) Preliminary Smooth Sheet Data The A-E shall submit the preliminary smooth sheet data set in ASCII text format. The smooth sheet data set shall contain XYZ. Coordinates (XY) shall be state plane NAD83, and Z shall be depth in feet to the nearest tenth of a foot (fully corrected for tide), sound velocity, dynamic and static draft, and all vessel offsets). (8) Specific Multibeam Data The A-E shall submit raw cross line data and data used for determining navigation time latency, pitch, roll, heave, and yaw biases on separate media. Raw main scheme lines, which contain depths over dangers to navigation, wrecks, rocks or obstructions, shall also be included on separate media. The preferred data format for multibeam data shall be in Hypack/Hysweep HSX format. If survey is performed in other than Hypack/Hysweep software, the data format shall be in a generic ASCII format that can be read by Hypack/Hysweep software. The A-E shall also submit color-shaded elevation images in a geo-referenced image format (e.g.,.tif,.gif,.jpg) of the areas surveyed such that the images can be referenced into a Microstation (.dgn) CADD drawing. (9) Side Scan Sonar Data The A-E shall submit digital side scan data in Klein SONAR PRO format, or in a Chesapeak Software Format. Digital side scan sonar shall be geo-coded using the tow fish position. (10) Side Scan Contact Images The A-E shall submit digital images of all significant side scan contacts within the contact list. Digital images shall be in a standard image format (e.g.,.tif,.gif,.jpg). The file name shall coincide with the contact name as depicted on the contact list. (11) Side Scan Mosaics The A-E shall submit a digital image file for each 100 percent coverage. The digital image file shall be in a standard geo-referenced image format. (12) Tide and Sound Velocity Data The A-E shall submit tide data and sound velocity data applied to all Multibeam depths on CD ROM or on the project data tapes. The hydrographer shall identify the data format and all data element descriptions (e.g., ASCII text file or Excel spreadsheet file; date/time referenced to UTC, tide relative datum to the nearest tenth of a foot. (13) Vessel Configuration File The A-E shall submit a vessel configuration file for each vessel used during survey operations. (14) Equipment and Techniques Required for Measuring Fluid Mud or Fluff If Fluid mud or Fluff is encountered the prescribed manner for surveying said area is to be surveyed with an Echo Sounder capable of surveying in dual frequency mode. The frequencies should be 200 kilohertz, 8-degree beam width or less and 40 kilohertz, 20-degree beam width or less transducers. In the event the 40-kilohertz transducer will not penetrate the fluff or fluid mud, replace it with a 24-kilohertz transducer. Verify the fluff or fluid mud with a lead line following the EM 1110-2-1003 manual, lead line or sounding disk measurement for lead line requirements and Alternative depth measurement techniques in suspended sediments, i.e. Rheotune w/Silas processing software. In processing the data, the processor should rely on the analog Echo Sounder scroll if the digitized depth were to lock out or to flat line. The Sabine Pass Outer Bar Channel, Sabine Pass Sabine Bank Channel and the Matagorda ship Channel are channels know to have Fluid mud or Fluff and should be surveyed in the above said manner. 4c) Topographic Surveys This Appendix A supplements Block 6 of Standard Form 252, and sets forth the general requirements for the performance of various surveying and mapping services required under this A-E indefinite delivery type contract. The A-E shall perform all or part of the following prescribed services as more specifically identified in subsequent task orders. Specific procedural, technical, and quality control requirements to be performed under this contract and subsequent task orders are also included in the paragraphs below as well as in Sections E through H of the contract. (1) Boundary and Cadastral Surveys These services will be conducted for the purpose of locating, relocating and/or marking Government boundaries, and preparing or filing/recording certified drawings, computations, deeds and related descriptive data in accordance with local, state and federal requirements, regulations and laws. (2) Topographic Mapping and Engineering Construction Surveys These services include field acquisition and office data reduction of detailed topographic and planimetric feature data for use in: engineering site planning; cost estimating; design; construction layout and alignment of roads, channels, buildings and other structures; master planning; and recording as built conditions. Field data acquisition includes both conventional and electronic methods, such as, electronic total station, global positioning system (GPS), etc. (3) Geodetic Control Surveys These services include horizontal and vertical control surveys for the precise location of primary reference points from which engineering, design and construction control may be extended. Precise surveys include third order or higher horizontal and vertical control, geodetic astronomy, gravity surveys, magnetic surveys and structural deformation surveys and studies. These services shall include using conventional, electronic, conventional, GPS and other traditional precise survey methods. (4) Photogrammetric Mapping Occasionally the A-E will be required to perform small, short suspense aerial surveys in combination with photogrammetric mapping tasks. These tasks usually require the use of airplanes to photograph the sites, with digital orthophotos and contour maps being the final work product. Specific instructions will be contained in Statements of Work for task orders, which will require photogrammetric mapping. The selected Small Business firm will need to demonstrate capability to perform at least 50 percent of the contract work listed below in accordance with EP 715- 1, Chapter 3-8c which can be found at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamph -1-7.pdf. In particular, in order to be awarded a small business contract the AE firm will perform at least 50 percent of the cost of the contract incurred from personnel with its own employees. 5. SELECTION CRITERIA: Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria: (a)-(f) are primary criteria; items (g)-(i are the secondary criteria and will only be used as tie-breakers among technically equal firms. PRIMARY CRITERIA: a. Specialized experience (within the past two years) and technical competence of the firm and its staff in using both conventional and automated methods and equipment: (1) Hydrographic surveying and mapping expertise in the areas of channels, rivers, and harbor navigation, reservoirs, beach, and shoreline surveys/studies, underwater hazard detection, construction and dredging measurement and payment, and river/tidal hydraulic studies, using differential GPS, acoustic, and conventional survey techniques., topographic and cadastral surveys; horizontal and vertical control (first- thru third-order); cross-sections and profiles on land and water; topographic and planimetric surveys; construction layouts; base lines and reference lines; property and boundary; monumentation with descriptions of survey points; computations and compilation; drafting; general office work necessary to furnish reduced and/or plotted field data and other final products; and delivering data in formats compatible with theGalveston District's word processor, spreadsheet and MicroStation/Bentley CADD systems, as and when required; (2) Own or lease: 100' automated surveying vessel for after storm surveys, automated hydrographic survey software compatible with the Galveston District Hypack Surveying Software; automated survey vessels equipped with an automated measurement system capable of being trailered to, and operated in, U.S. inland and coastal waters; static and kinematic GPS equipment capable of subcentimeter measurement accuracy; electronic total station with data collector; CADD data processing equipment compatible with the Galveston District's MicroStation/Bentley CADD systems; conventional field equipment (transit, level, total station, etc.) (3) Prior association of the prime firm and the subcontractors; management structure and coordination of the team. In-house capabilities will be considered heavier than work subcontracted. b. Professional Qualifications: Qualified personnel with experience in the following key positions: (1) Registered Professional Land Surveyors licensed in the state of Texas. (2) Hydrographic surveyor experienced in hydrographic data collection through the usage of modern computerized equipment and software such as multibeam, HYPACK, and GPS systems. (3) Party Chiefs and Instrument Persons experienced in gathering survey data by conventional instruments, electronic data collectors and GPS methods. (4) Engineering and Survey Technicians experienced in compilation and computation of data obtained by both conventional and automated survey methods. (5) Drafts Persons and CADD Operators experienced in processing survey data. (6) CADD Managers experienced to provide digital data in a format compatible with the Galveston District's MicroStation/Bentley CADD System. (7) Rod and Chain Persons. (8) Boat Operators. The evaluation will consider education, training, registration, voluntary certifications (e.g., ACSM Certified Hydrographer or ASPRS Certified Photogrammetrist), overall and relevant experience, and longevity with the firm. c. Quality Assurance/Quality Control measures to deliver end products within prescribed surveying, mapping and drafting accuracies and on schedule. d. Knowledge and familiarity with the Texas State Plane Coordinate System and familiarity with conditions typical to the Texas coast such as marsh terrain, corrosive atmosphere, flooding, hurricanes, etc. e. Past performance on Department of Defense (DoD) and other contracts with respect to cost control, quality of work, compliance with performance schedules, as determined from the Federal Past Performance Information Retrieval System (PPIRS) and other sources. f. Capacity: The evaluation will consider the firm's experience with similar size projects, and availability of an adequate number of personnel in key disciplines to accomplish field and office activities on two or more task orders simultaneously considering the firm's full potential value of any current indefinite delivery contracts that a firm has been awarded in the past 12 months when evaluating the firm's capability. SECONDARY CRITERIA: g. Geographic Proximity: The location of the firm will be considered because of the potential for extensive travel throughout the District by survey crews. h. Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), and Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) in the proposed contract team. The extent of participation 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. i. Volume of Department of Defense (DOD) Contract Awards awarded 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, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. 4. SUBMITTAL REQUIREMENT: In an effort to reduce paperwork and cost, ALL SF 330s shall be submitted electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil At the AMRDEC SAFE website, select the link: For users without a CAC OR if your computer is not configured to read your CAC. Using this option will allow you to access the SAFE as a guest. When completing the information for transmittal at the AMRDEC SAFE website, notification should be submitted to Contract Specialist, Celia Cockburn, email address: celia.e.cockburn@usace.army.mil (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit an SF 330 (6/2004 Edition), to the site stated above not later than 2:00 P.M. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 2:00 P.M. the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the Prime, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using Standard English. Front and back side use of a single page will count as two (2) pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Submit all pages of the submittal as a one complete file (multiple files will not be accepted). SF330, Part I, ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section D, include a Team Project Organization Chart to indicate how each firm on the proposed team (prime and each sub-contractor is identified in Section C) integrates into the composite team; (c) In Section E, provide brief resumes of the on-staff or sub-consultant employees you intend to use to perform the work. Only include one role in block 13 except that the Life Safety Specialist may have a dual role. (See para. 3(b)). Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b); (d) In Section F, a maximum of 10 projects including the prime and sub consultants will be reviewed. Use no more than one page per project; (e) In Section G, Block 26, include the firm and location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable; (f) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities; clarify planned capability,existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3(e) above, provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., and Project Title and mount. (Note: award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders.) Generally, provide a brief presentation of internal controls and procedures that demonstrate the firms overall Quality Management Plan which provides sufficient information that clearly explains the ability of the firm to control costs, schedule and quality of work to be submitted to the Government. A project-specific detailed quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF330, PART II, ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime, joint ventures (JVs) and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 12 months) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II if the firm is a Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a Small Business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed 15 Million; (b) In Block No. 4, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1-866- 705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting -Ms. Celia E. Cockburn. OFFERORS QUESTIONS AND COMMENTS (a) Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. (b) To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click to continue. (c) From this page you may view all bidder inquiries or add inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. All others will remain unanswered until entered in as single inquiries. (d) Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. (e) The Solicitation Number is: W9126G-16-R-0019. (f) The Bidder Inquiry Key is: 2S7DH4-BTRF2K (g) The Bidder Inquiry System will be closed to new inquiries ten (10) calendar days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven calendar days of the receipt of proposals will still be regarded as untimely and will not be afforded a substantive response. (h) Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. (i) The bidder call center operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 1-800-428- HELP (1-800-428-4357). (j) Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. This is not a request for proposal. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may e-mail to: Celia.E.cockburn@usace.army.mil Contracting Office Address: USACE District, Fort Worth, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229 Place of Performance: USACE District, Fort Worth, 2000 Fort Point Road,Galveston, TX 77553-1229US Point of Contact(s): Celia E.Cockburn, 409-766-3067
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W9126G-16-R-0019/listing.html)
- Place of Performance
- Address: Along the Texas Coast., Texas, United States
- Record
- SN04120653-W 20160520/160518234251-31bb8b3eebe0fe7b5cf14b566ae58d7b (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 |