SOLICITATION NOTICE
C -- AUTOMATED REVETMENT SURVEYS ON THE MISSISSIPPI, ATCHAFALAYA AND RED RIVERS, AND OLD RIVER CONTROL CHANNELS
- Notice Date
- 4/21/2020 12:17:29 PM
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
- ZIP Code
- 70118-3651
- Solicitation Number
- W912P820R0016
- Response Due
- 5/20/2020 12:00:00 PM
- Archive Date
- 08/31/2021
- Point of Contact
- Karen D. Hargrave, Phone: 5048621561, Cori A. Caimi, Phone: 5048621352
- E-Mail Address
-
karen.d.hargrave@usace.army.mil, Cori.A.Caimi@usace.army.mil
(karen.d.hargrave@usace.army.mil, Cori.A.Caimi@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1.� CONTRACT INFORMATION:� Interested firms shall respond by submitting a SF 330, listing their qualifications in accordance with the instructions below.� This is not a Request for Proposal.� The resulting 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 services.� North American Industrial Classification System Code is 541370, which has a size standard of $16,500,000 in average annual receipts.� This announcement is set-aside for 100% Small Business.� The resulting contract will be Firm Fixed Price type contract. Contract award shall be made consisting of a 12-month base period plus four option periods of 12-months each.� Responding firms must address each A-E Selection Criteria and clearly indicate which shall be subcontracted.� To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM).� Register via the SAM Internet site at https://www.sam.gov.� The cutoff date for questions pertaining to this announcement will be 14 days after the posted date, not later than 1400 hours. 2. �PROJECT INFORMATION: The New Orleans District requires Hydrographic and Topographic surveys obtained using Differential Global Positioning Systems (DGPS), Real-Time Kinematic (RTK) GPS systems, Virtual Reference Stations (VRS) systems and automated sounding systems for its Revetment surveys at selected locations on the Mississippi, Atchafalaya, and Red Rivers and Old River Control Channels.� Surveys of the existing revetments shall consist of multibeam surveys of over 362 miles of riverbank at 84 sites on the Mississippi River, and approximately 61 miles at 40 sites on the Atchafalaya River, approximately 4 miles at 3 sites on the Red River and approximately 5 miles at 3 sites on the Old River Control Channels. Multibeam data will be provided on a 2x2-foot grid of each site. Firms must indicate capability of using both multibeam bathymetric and single-beam transducer technology to obtain hydrographic surveys with emphasis on multibeam surveying capability. No matter how the data are obtained, it shall be edited, combined, and transmitted by an electronic file transfer system specified by the Government in .XYZ text file format. All multibeam data shall be edited and thinned to a 2x2-foot grid file. Additionally, all raw and edited data shall be compressed and transmitted by an electronic file transfer system specified by the Government. CADD and/or chart deliverables shall be furnished in a format that is 100% compatible with the latest version of the New Orleans District�s MicroStation CADD system. ����������������������������������������������������������������������������������������������������������������������������������� 3.� SELECTION CRITERIA:� To be considered for selection, firms shall demonstrate experience in the services stated in paragraph 2 of this announcement including single beam and multibeam hydrographic surveys and topographic surveys, total station and data collector, LSU C4G VRS network, DGPS Systems and RTK GPS systems; have available at least one professional registered land surveyor that is licensed in the State of Louisiana; have at least one 3-person conventional survey crew; one 2-person hydrographic survey crew, and one 2-person Global Positioning System (GPS) crew capable of performing various types of GPS Surveys. The selection criteria are listed in descending order of importance below.� Criteria A through E are primary.� Criteria F is secondary and will only be used as a ""tie-breaker"" among firms that are technically equal.� � PRIMARY CRITERIA: ���� a.� Specialized Experience and Technical Competence:� Submittal must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five (5) years in the types of services specifically indicated in paragraph 2 of this solicitation announcement, including automated single transducer hydrographic surveying, multibeam hydrographic surveying, conventional surveying, and GPS surveying, both static and real time kinematic. ���� b. Professional Qualifications: The submittal must identify the qualifications of personnel in the following representative disciplines and any other offered disciplines: Registered Professional Land Surveyor, to include State of Louisiana licensing�� Engineering, Surveying, and CADD technicians Certified Hydrographer � The submittal must demonstrate professional qualifications necessary for satisfactory performance of required services. The evaluation will consider the education, training, licensing, certification, overall and relevant experience, and longevity with the firm. � ����� c. Knowledge of Locality:� Submittals must demonstrate familiarity with the New Orleans District's area of operations, knowledge of vertical time dependent positions, and changes in vertical datums and epochs unique to the New Orleans District. ����������������������������������������������������������������������� ����� d. Capacity to Accomplish the Work: The prime must be capable of performing more than 50% of the assigned work during any fiscal year throughout the contract.� Experience and capabilities of the prime will carry greater significance in ranking.� The evaluation will consider the past collaborative experience of the firm, including any joint venture partners or consultants, in similar projects, and the availability of an adequate number of personnel in key disciplines to complete the revetment work within normal schedules.� The evaluation will consider the key persons identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II. � ����� e. Past Performance: �Submittals must address past performance on Department of Defense (DoD) contracts and other contracts with respect to quality of work, cost control and compliance with performance schedules. Evaluations will be based on Architect-Engineer Contract Performance Assessment Reporting System (CPARS) as well as rating information and other credible documentation included in the SF 330 submittal to demonstrate past performance with respect to quality of product/service, cost control, compliance with performance schedules and business relations from the past five years. Performance evaluations for key joint venture partners, subcontractors, consultants and free-lance associates will also be considered. A firm�s past performance will be evaluated to determine how relevant and how well past performance efforts have been accomplished. Past Performance shall have occurred within the five (5) years prior to the closing date of this synopsis. The relevancy of Past Performance information will be based on similarities of the work in terms of complexity, scope and size to what is being acquired. Any credible information of Past Performance will be considered.� Judgment will be exercised in seeking credible past performance information from other sources. (If no relevant past performance information is available on a firm, the firm will be given a neutral evaluation). SECONDARY CRITERIA: ����� f. Geographical Proximity: The location of the firm and its survey crews� stationing, with primary responsibility for the contract with respect to time and distance to the New Orleans District headquarters. 4. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit an electronic copy via email of one Standard Form 330 for the proposed team to the email addresses below not later than 1400 hrs Central Daylight Time on the closing date of this announcement. The five primary selection criteria and one secondary criteria listed in paragraph 3 above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Include the firm's DUNS number in SF 330, Block 5. The SF 330 Part I shall not exceed 100 pages (8.5 x 11 inch sheets), including no more than 50 pages for Section H. Submittal exceeding this size will not be considered. Use font type no smaller than point size 11. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/forms-library/architect-engineer-qualifications. AMENDMENT PUBLISHED ON 20 APRIL 2020 - ADDING RESPONSE DATE OF�20 MAY 2020, NO LATER THAN 14:00 HRS CST FOR SUBMISSION OF SF 330S. AMENDMENT PUBLISHED ON 21 APRIL 2020 - REVISING SECTION 4. SUBMISSION REQUIREMENTS.� ALL INTERESTED PARTIES, PLEASE REVIEW THE CHANGE.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f1cadb5b6f4a4004a5933781d23c5039/view)
- Place of Performance
- Address: LA, USA
- Country: USA
- Country: USA
- Record
- SN05630562-F 20200423/200422060349 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |