Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2020 SAM #6778
SOLICITATION NOTICE

C -- Survey and Mapping Architect-Engineering Services Nationwide

Notice Date
6/18/2020 11:44:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F20R0084
 
Response Due
7/7/2020 12:00:00 PM
 
Archive Date
08/03/2020
 
Point of Contact
Katherine K. Fisher, Phone: 4029952102, Denise M. Fricke, Phone: 4029952057
 
E-Mail Address
katherine.k.fisher@usace.army.mil, Denise.M.Fricke@usace.army.mil
(katherine.k.fisher@usace.army.mil, Denise.M.Fricke@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS INDEFINITE DELIVERY CONTRACT (IDC) �Architecture-Engineering (A-E) Services Survey and Mapping Architect-Engineer Services Nationwide U.S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT W9128F20R0084 2 June 2020 Amendment 0003 (18 June 2020) Amendment 0002 (16 June 2020) Amendment 0001 (5 June 2020) 1. CONTRACT INFORMATION:� This contract(s) is being procured in accordance with the Selection of Architects and Engineers statute previously known as the Brooks A-E Act as implemented in FAR Subpart 36.6. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work for Survey and Mapping Services Nationwide. A target of five (5) indefinite delivery / indefinite quantity (IDIQ) contracts are to be negotiated and awarded, with a five year ordering period and $45,000,000 in shared capacity.� Task order minimum will be $2,500 and task order maximum will be limited to amount of available remaining contract capacity. This solicitation is set aside for SMALL BUSINESS under NAICS Code 541370-Surveying and Mapping Services.� North American Industrial Classification System code is 541370, which has a size standard of $16,500,000 in annual average gross receipts over the past three years.� This announcement is open to Small Business.� At least 50% of the cost of contract performance incurred for personnel must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. Work will be issued by negotiated firm-fixed-price task orders.� Work will be issued by negotiated firm-fixed-price Task Orders. The wages and benefits of service employees (see 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, as determined relative to the employee's office location (not the location of the work). Contract Award is anticipated between July and August 2020. To be eligible for contract award, a firm MUST BE REGISTERED in the System for Award Management (SAM). Registration is free and can be accessed at http://www.sam.gov. 2. PROJECT INFORMATION: The types of services to be provided under this contract include, but are not limited to, Airborne and Land Based Remote Sensing (including Photogrammetry), Airfield Obstruction Surveys, Boundary Surveys, Topographic Surveys, Hydrographic Surveys, Computer-Aided Drafting and Design (CADD) and Geographic Information/Information Technology Systems (GIS) product development. The location of Engineering Services includes nationwide locations of the customers of the U.S. Army Corps of Engineers. Services may include, but not limited to: aircraft operations as a platform for LiDAR and digital imagery acquisition supporting development of topographic (DTM/TIN) and orthophotographic products; surveying requirements consist of establishing horizontal and vertical control for cadastral, topographic, photogrammetric, airfield obstruction, hydrographic and construction surveying; Global Positioning System (GPS) surveying capability utilizing static, fast static and kinematic procedures to obtain three dimensional (3-D) coordinate values; total Station 3-D data collection techniques including break-line technology (DTM/TIN compilation); locating/verifying both above and below ground utility systems using all available electronic means; related efforts may include feature and topographic detailing, drafting, procurement of satellite imagery, generation of CADD and GIS products and supplemental ground topographic survey densification; and general requirements. Product delivery will be in the most recent versions of relevant software including MicroStation, AutoCAD, ESRI, ERDAS and SDSFIE formats. All data requires development and delivery of associated FGDC compliant metadata. The US Army Corps of Engineers requires Firm(s) follow various accuracy standards and guidelines during data acquisition and processing such as the ASPRS Positional Accuracy Standards for Digital Geospatial Data CADD Standards and USACE Engineering Manuals (EMs). Offerors� are advised that there could be requirements for performance of work on U.S. Government Properties or Military Installations requiring proper identification and appropriate clearances for personnel to gain access. 3. SELECTION CRITERIA: The selection criteria for these contracts are listed below. Criteria a-e are primary and are listed in descending order of�importance. a.� Specialized Experience and Technical Competence b.� Professional Qualifications c.� Past Performance d.� Capacity e.� Work Management PRIMARY CRITERIA: a.� Specialized Experience and Technical Competence (SF 330, Part I, Section F): Submittals shall demonstrate the specialized experience and technical competence to execute the types of projects and activities as indicated above in paragraph 2, PROJECT INFORMATION, and in the list of subitems below. The subitems (i) through (ix) below are listed in descending order of importance. Only relatable experience that has occurred in the last five years should be included in the submittal. Project examples submitted should be of completed projects. All projects cited shall identify start/complete dates as well as the project size (cost/scope).� Require description of up to five (5) projects in the last (5) five years covering sub items�iii to viii.� For�sub items i, ii, ix, and x only one project example may be submitted or work related to these sub items may be included in another project submission.� (SF 330, Part I, Section F). (i)� Design Quality Management Procedures.� (ii)� The ability to complete simultaneous projects in differing geographic areas under aggressive schedules. (iii)� Surveying and photogrammetry experience. Include 3-D mapping performed in accordance with the Engineering Manual 1110-1-1000, ""Photogrammetric Mapping"", American Society of Photogrammetry and Remote Sensing (ASPRS) or other nationally recognized standards. (iv)� Provide examples of qualifications and capabilities to perform topographic surveying in accordance with the requirements outlined in EM 1110-1-1005, ""Topographic Surveying"", ASPRS or other nationally recognized standards, include locating above and below ground utilities. (v)� Capability to perform boundary surveying including courthouse research. (vi)� Ability to perform dam monitoring surveys in accordance with EM 1110-2-1009, �Structural Deformation Surveying.� (vii)� Experience and qualifications to perform hydrographic surveying in accordance with requirements outlined in EM 1110-2-1003, ""Hydrographic Surveying ""or other nationally recognized standard. (viii)� Capability to perform airfield obstruction surveys with accompanying obstruction evaluation criteria for Army Airfields. (ix)� Experience with MicroStation, Auto Cad, and GIS products. b. Professional Qualifications (SF 330, Part I, Sections E & G): Professional qualifications of the offerors� and sub-consultant staff who will be assigned to this contract.� Evaluation of education, training, registration, certifications, overall and relevant experience, and longevity with the firm of key management and technical personnel.� This criterion is primarily concerned with the qualifications of key personnel, not the number of personnel (addressed under the capacity criterion).� Certifications and Licensing is required for the following: Professional Land Surveyor/Registered Land Surveyor, Certified Photogrammetrist, and GIS Professional.�� If, after submission of the proposal or after award of a contract, the proposed individuals are unable to fulfill the obligation of the solicitation, the proposed replacements shall have similar or greater education and experience credentials.� Those credentials shall be provided in writing to the Contracting Officer for review.� �Resumes will be provided for the key personnel as listed below.�� Program Manager.� Provide resume for one (1) program manager with at least 10 years relevant experience that will be responsible for overall execution of this contract. Project Manager.� Provide resumes for two (2) project managers (team leaders), both being licensed Professional Land Surveyor/Registered Land Surveyors, with at least 10 years of relevant experience. Certified Photogrammetrist.� Provide resume for one (1) Certified Photogrammetrist. GIS Professionals. Provide resumes for three (3) GIS Professionals. c. Past Performance:� Past performance on DOD and other contracts to include quality of work, cost control, and compliance with performance schedules for projects of similar nature and scope as identified above.� Evaluations will be based on Contractor Performance Assessment Reporting System (CPARS)�information and other sources.� Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm�s past performance with other than U.S. Governmental clients.� Performance evaluations for key sub-consultants may also be considered.� Past performance submittals should match projects submitted for Paragraph a. Specialized Experience and Technical Competence (SF 330, Part I, Section F). d. Capacity to Accomplish the Work (SF330, Part I, Section H) : �Capacity refers to the (1) ability to perform up to $2 million in work of the required type in a one-year period, (2) ability to execute multiple Task Orders at different locations simultaneously, (3) ability to meet project completion schedules within the required time, (4) ability to accomplish small Task Orders in a cost-effective and timely manner, and (5) ability to perform Task Orders on an in-house basis. e. Work Management (SF330, Part I, Section H): A proposed management plan shall be presented that includes an organizational chart and addresses team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. Also include sub-contractors/teaming arrangements supplementing the in-house team, prior experience of the prime firm and sub-contractors, contract management, Task Order management, quality management, cost control, coordination of in-house disciplines and consultants, extent of in-house versus subcontracting resources, and interaction between the Contractor and USACE.�� The primary office and related staffing where the work will be performed will be identified. Key equipment assets (GPS equipment, geophysical equipment, etc.) will be provided and respective locations identified (Nationwide). The evaluation will consider the availability of an adequate number of personnel and resources to complete Task Orders and offerors� project execution strategy. The evaluation will consider the key personnel identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II.� If necessary, the organizational chart may be presented on a single side of an 11-inch by 17 inch sheet neatly folded to an 8 � -inch by 11-inch format. 4. SUBMISSION REQUIREMENTS:� Interested firms having the capabilities to perform this work must submit three (3) hard copies of the SF330 and two (2) CDs.� Mailing address:� U.S. Army Corps of Engineers, Omaha District, Attn: Katherine K. Fisher (CENWO-CT-M), 1616�Capitol Ave., Omaha, NE 68102.� Submissions must by received not later than 2:00pm central time on the response date indicated in this announcement.� �Submittal must clearly identify the announcement number.� Regulation requires that the Selection Board not consider any submittals received after the specified time and date.� Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement.� The SF 330, most recent edition, must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486.� Include DUNS number and CAGE code in SF330 Part I, Section B, Block 5.� Additionally, the DUNS number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER.� The submittal shall have a page limit of 120 pages (total of 120 pages allowed for complete copy of the submittal, ALL-INCLUSIVE).� The Selection Board will not evaluate beyond 120 pages.� A page is one side of a sheet.� Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 pitch or larger.� Pages shall be 8-1/2 inches by 11 inches.� Organizational charts may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page.� A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal).� Cover letters, company literature and extraneous materials are not desired and will not be considered.� Sections E and G of SF 330 Part I must include only individuals proposed to perform the anticipated work, including all consultants/subcontractors.� In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated.� A maximum of five (5) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F.� If more than 5 projects are submitted, only the first 5 projects will be evaluated.� Use no more than two (2) pages per project.� When listing projects in SF 330 Part 1, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A Task Order executed under an IDC contract is a project.� Past Performance evaluations (CPARS/ACASS, PPQ � reference Paragraph 3.d. above) shall be submitted for each project provided in SF 330, Part I, Section F.� SF 330, Part I, Section H (Additional Information) shall contain Capacity to Accomplish the Work and Work Management. NOTE: BELOW IS RECOMMENDED SUBMISSION GUIDELINE ONLY:�To aid evaluation, please provide information in the order listed below. The �Page Count� column is an estimation only and is included to help convey expectations. There is no penalty or advantage to following the page count estimation. 4a. Specialized Experience and Technical Competence: Page Count���� Description of up to five (5) projects in the last (5) five years covering subitems iii to viii. 2��������������������� (i) Design Quality Management Procedures � Describe the procedures in your organization to ensure quality products are delivered to USACE and its customers. 2��������������������� (ii) The ability to complete simultaneous projects in differing geographic areas under aggressive schedules � describe past experience meeting this expectation 10������������������� (iii) Surveying and photogrammetry experience - Include 3-D mapping performed in accordance with the Engineering Manual 1110-1-1000, ""Photogrammetric Mapping"", American Society of Photogrammetry and Remote Sensing (ASPRS) or other nationally recognized standards. �10������������������� (iv) Topographic Surveying -� Provide examples of qualifications and capabilities to perform topographic surveying in accordance with the requirements outlined in EM 1110-1-1005, ""Topographic Surveying"", ASPRS or other nationally recognized standards, include locating above and below ground utilities 10 ������������������ (v) Perform Boundary Surveys - Capability to perform boundary surveying including courthouse research. 10������������������� (vi) Structural Dam Deformation Surveying. -� Ability to perform dam monitoring surveys in accordance with EM 1110-2-1009, �Structural Deformation Surveying.� 10������������������� (vii) Hydrographic Surveying - Experience and qualifications to perform hydrographic surveying in accordance with requirements outlined in EM 1110-2-1003, ""Hydrographic Surveying ""or other nationally recognized standard. 10������������������� (viii) Air Obstruction Surveys - Capability to perform airfield obstruction surveys with accompanying obstruction evaluation criteria for Army Airfields. 2��������������������� (ix) Experience delivering in multiple formats -� Experience with delivering MicroStation, AutoCAD, remote sensing, SDSFIE formats, and GIS products in support of (iii) through (viii) 4b. Professional Qualifications: 10 page count �Program Manager.� Provide resume for one (1) program manager with at least 10 years relevant experience that will be responsible for overall execution of this contract. Project Manager.� Provide resumes for two (2) project managers (team leaders), both being a licensed Professional Land Surveyor/Registered Land Surveyors, with at least 10 years of relevant experience. Certified Photogrammetrist.� Provide resume for one (1) Certified Photogrammetrist. GIS Professionals. Provide resumes for three (3) GIS Professionals. ��4c. Past Performance: 10���page count �Show past performance on contracts executed within the past�5 years. �Show past performance on DOD and� other contracts to include quality of work, cost control, and compliance with performance schedules for projects of similar nature and scope as identified above.� Evaluations will be based on CPARS information and other sources. �4d. Capacity: 4� page count �Show the (1) ability to perform up to $2 million in work of the required type in a one-year period, (2) ability to execute multiple Task Orders at different locations simultaneously, (3) ability to meet project completion schedules within the required time, (4) ability to accomplish small Task Orders in a cost-effective and timely manner, and (5) ability to perform Task Orders on an in-house basis. Capacity. Reference Paragraph 3.d. above.� Provide a narrative discussing the capacity of the firm to perform Nationwide and to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight schedules. 4e. Work Management: 2 page count A proposed management plan shall be presented that includes an organization chart and addresses team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects.� Also include sub-contractors/teaming arrangements supplementing the in-house team, prior experience of the prime firm and sub-contractors, contract mnagement, Task Order management, quality management, cost control, coordination of in-house disciplines and consultants, extent of in-house versus subcontracting resources, and interaction between the Contractor and USACE. The primary office and related staffing where the work will be performed will be identified.� Key equipment assests (GPS equipment, geophysical equipment, etc.) will be provided and respective locations identified (Nationwide). Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture.� Facsimile and email submissions will not be accepted.� Solicitation packages are not provided and no additional project information will be given to firms during the announcement period.� This is not a request for proposal. Evaluation Criteria: �The following Evaluation Criteria will be used to evaluate offeror documentation received. Exceptional:� The offeror exceeds the scope of the announcement requirements in the majority of the aspects of the particular factor.� The offeror also provides advantages and exceeds the announcement requirements in performance or capability indicating maximum benefit to the Government.� The factor has no weaknesses or omissions. Above Average:� The offeror exceeds the scope of the announcement requirements in many aspects of the particular factor.� The offeror provides advantages in key areas or exceeds announcement requirements in performance or capability indicating significant benefit to the Government.� The factor may contain weaknesses or omissions that have no impact on the offeror as a whole. Average:� The offeror matches the scope of the announcement requirements of the particular factor.� There may be strengths but they may not aggregate into an advantage indicating additional benefit to the Government or may be offset by weaknesses. Marginal:� The offeror matches some but not all of the announcement requirements of the particular factor.� There may be limited or individual strengths but they do not aggregate into an advantage and are offset by weaknesses, significant weaknesses, deficiencies or omissions.� The Government may still receive benefit from the offeror submitted. Unacceptable:� The offeror fails to meet a majority of announcement requirements or has omitted critical information required to evaluate the factor.� There are no strengths.� The offer contains a large number of or highly significant weaknesses, significant weaknesses, omissions and/or deficiencies.� For the factors any omissions or failure to match the announcement requirements will be evaluated as �Unacceptable.� ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 17 Jun 2020 2:00 PM Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.) 1. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed below. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Entering Bidder Inquiries in ProjNet Bidder Inquiry System 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed below. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitation Number is: W9128F20R0084 The Bidder Inquiry Key is: 6MBII2-V4MNJR Firms are requested to review the Bidder Inquiry Portal for previous questions and responses prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2899bb32d4164e07a4ddae8ee41104c7/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05695305-F 20200620/200618230157 (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 |
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.