SOLICITATION NOTICE
C -- Architect-Engineer (A-E) Hydrographic Surveying and Mapping Services
- Notice Date
- 6/1/2020 12:30:27 PM
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF20R0029
- Response Due
- 7/1/2020 2:00:00 PM
- Archive Date
- 07/16/2020
- Point of Contact
- Karlyn K. Holland, Phone: 5095277206
- E-Mail Address
-
Karlyn.K.Holland@usace.army.mil
(Karlyn.K.Holland@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Solicitation Number: W912EF20R0029 Notice Type: Pre-Solicitation Synopsis: Contract Information: This contract for A-E surveying and mapping services is procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Subpart 36.6. The Walla Walla District intends to award one (1) indefinite delivery contract for Architect-Engineer (A-E) Surveying and Mapping Services not to exceed $5 million for the life of contract, consisting of a base period of one (1) year and four (4) option periods not to exceed one (1) year each. This announcement is issued on an Unrestricted Basis and is open to all businesses regardless of size. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work as further described in this announcement. The contract will consist of surveying (primarily hydrographic) and mapping services. Work will vary in scope and size and will be awarded by individually negotiated, firm-fixed-price, task orders. A firm fixed price Service/Supply Rate Schedule encompassing disciplines, materials, and equipment for subsequent task orders will be negotiated following the preliminary selection. The small business size standard is $16.5 million in average annual receipts for the preceding three (3) fiscal years. Large businesses must comply with FAR 52.219-9 for a subcontracting plan on any portion of work to be subcontracted. The subcontracting plan is not required with the initial submittal, but will be required with the contractors Service/Supply Rate Schedule proposal of the firm selected for negotiations. The wages and benefits of service employees (FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act.� To be eligible for contract award, firms must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220. The NAICS code for this acquisition is 541370. PROJECT INFORMATION:� Architect-Engineer (A-E) surveying and mapping services are primarily required for various Walla Walla District civil works projects located within the States of Washington, Oregon, and Idaho; however, this contract may be used to support work for any U.S. Army Corps of Engineers (USACE) District within the Northwest Division (NWD). Services required include survey and mapping activities specific to the following: Hydrographic high order accuracy multi-beam bathymetric surveys with imagery (e.g. hillshade) for underwater structure analysis, project navigation channel condition status and quantity determinations.� Types of structures include, but not limited to, dams and appurtenances, flood control and navigation channels, revetments, and navigation structures; Hydrographic transect and topographic bathymetric surveys designed for riverbed condition analysis, profiling and quantity determinations; Automated data collection, and fully integrated echo sounding equipment and positioning systems with 22 to 26 foot survey vessel(s) as a minimum required. Specified bathymetric work may require the incorporation of geophysical surveying systems and instruments ( e.g. side-scan sonar, acoustic Doppler profiler, sub-bottom profilers, seismic reflection equipment, seafloor imaging software, and remotely operated vehicles) or other water quality instrumentation to meet Government requirements; Dredging measurement, payment, and acceptance surveys; Conventional and real-time Global Positioning System (GPS) control surveys for remote sensing instrumentation (e.g. hydrophone, transducer, etc) in support of fish behavioral studies; Mapping in two and three dimensions explicit to required surveys; Conventional and real-time Global Positioning System (GPS) land surveying encompassing geodetic control, cadastral and boundary surveys, remote sensing instrumentation positioning and control surveys, standard and valley type transect surveys, topographic, engineering design, and construction surveys; Horizontal and vertical control networks for establishing grid coordinate systems; Remote sensing and photogrammetric mapping requirements which consist of aerial photography, aerial photo processing, analytical aero-triangulation, stereo mapping compilation, digital orthophotography, airborne topographic light detection and ranging (LIDAR) mapping, and land use/land cover interpretation; Utilization of multiple frequency GPS and GNSS enabled systems, electronic directional and leveling instruments; Establishment of primary control networks from which supplemental surveying and mapping is performed, positional information is determined with reference to ellipsoid heights, and tied to high accuracy geodetic control networks; Production and recordation of cadastral/boundary maps and documents according to appropriate State and county requirements; Remote sensing data acquisition of 2D and 3D information about an object through the use of aerial, land-based, and hydrographic sensors; airborne LiDAR, high resolution 3D terrestrial LiDAR, and BlueView sonar technologies; Deformation Monitoring Surveys (precise and standard to industry) performed on land and underwater on a periodic basis to determine if a structure or object is changing shape or moving; Subsurface Utility Engineering (SUE) and Mapping Surveys; Geographic Information System (GIS) creation of personal geo-databases with implementation of SDSFIE standards and compatible with ESRI ArcGIS software; Automated data processing with Computer-Aided Design (CAD) systems employing A/E/C Standard with industry equipment, hardware and software. Resulting CAD data sets and file formats must be completely compatible with the V8 DGN file format and be capable of being loaded directly into the Bentley Systems Inc. �Inroads V8i (Select Series 10)� (until January 1, 2021) or �OpenRoads Designer� processing software; All surveying and mapping services shall be supervised and directed by a Professional Land Surveyor, a Certified Hydrographic Surveyor, or a Photogrammetrist registered to practice in the State(s) where services will be performed.� A valid U.S. Coast Guard license to pilot passenger carrying vessels is required for personnel operating vessels while conducting surveys with Government representatives on board. All task orders are accomplished in full compliance with established Federal, State, local, and installation laws, safety and health regulations and procedures, as well as U.S. Army Corps of Engineers engineering manuals requirements, Walla Walla District technical requirements and other policies requisite to special site conditions, task requirements and as deemed necessary by the District's Contracting Officer or designated representative(s). SELECTION CRITERIA: A-E selections will be conducted in strict accordance with the announced selection criteria, and in compliance with FAR Subpart 36.6, its supplements and Engineer Pamphlet 715-1-7.� The criteria for evaluation and selection are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through G are primary.� Criteria H through J are secondary and used as 'tie-breakers' for technically equal rated firms; therefore firms should not commingle submission of data related to those criterion with the primary criterion. Professional Qualifications: The selected firm must have the professional qualifications necessary for satisfactory performance of required services and relevant experience in the survey and mapping disciplines listed in the project information.� The evaluation will consider education, registration, technical certification, training, and longevity of relevant experience. Specialized experience and technical competence in the type of work discussed in Project Information items 2a through 2r above for the preceding five (5) years.� Note that of those 18 items, items 2a through 2q are the primary areas for this contract.� Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. Equipment Plan: Firms must currently possess or have the capability to readily obtain, through purchase or lease, instruments, equipment, hardware and software sufficient to meet the survey and mapping requirements listed in the project information.� Describe owned or leased instruments, equipment, hardware and software that will be used to perform this contract or your plan to obtain those items. Firms must demonstrate knowledge of the current (A/E/C) CAD standards, SDSFIE Spatial Data standards and possessing the ability to process and submit data, information and mapping for required surveys to District established specifications in formats primarily including but not limited to ASCII, EXCEL, Microstation (DGN), Inroads (DTM), ESRI (ArcGIS), TIF and PDF� formats. Demonstrated knowledge of locality specific to the Columbia, Snake, and Clearwater Rivers, their basins and tributaries. Capacity to accomplish the work.� Demonstrate capacity of the firm relative to rapid response actions for mobilization and short suspense dates for task completion.� The firm must also demonstrate the capability to field up to two (2) survey crews simultaneously. Past performance:� Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules.� Evaluations will be pulled from Department of Defense (DoD) Past Performance Information Retrieval System (PPIRS) based on the DUNS number for the prime and any subcontractors. For Large Businesses: Extent of participation of SB, SDBs, WOSBs, HUBZones, SDVOSBs, and historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort.� Indicate the estimated percentage involvement of each SB and SDB firm on the team.� Geographic Proximity to the primary assignment area of the states of Washington, Oregon and Idaho.� Volume of Department of Defense (DoD) contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD AE contracts among qualified firms, including SB and SDB. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hardcopies of Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II for the prime and all subcontractors, along with an electronic copy (CD-ROM). The SF 330 should be complete and specifically address the requirements of this announcement. Address all Selection Criteria in descending order of importance, as defined in the Selection Criteria section of this announcement, in SF 330, Section H.� Submit completed SF330 to U.S. Army Corps of Engineers, Walla Walla District, Contracting Division, 201 North Third Street, Walla Walla WA 99362-1876, Attn: Karlyn Holland, not later than the close of business 2:00 PM Pacific Time on July 01, 2020. Solicitation packages are not provided and facsimile transmissions will not be accepted.� Personal visits to discuss this project will not be scheduled.� This is not a request for proposal and no other general notification will be made. Only timely SF 330s will be considered. Reference W912EF20R0029 in your submission package.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e6cdb4403ec34fef999953b83c4449f1/view)
- Place of Performance
- Address: Walla Walla, WA 99362, USA
- Zip Code: 99362
- Country: USA
- Zip Code: 99362
- Record
- SN05675623-F 20200603/200601230142 (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 |