Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

C -- Architect/Engineer Services for Survey and Mapping Projects Primarily within the Great Lakes and Ohio River Division Mission Boundaries

Notice Date
7/28/2020 5:23:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20R0074
 
Response Due
8/14/2020 7:00:00 AM
 
Archive Date
08/29/2020
 
Point of Contact
Jessica L McCall, Phone: 5023156137, John Butts, Phone: 5025136591
 
E-Mail Address
jessica.l.mccall@usace.army.mil, john.c.butts@usace.army.mil
(jessica.l.mccall@usace.army.mil, john.c.butts@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.) GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541370. This announcement is set aside for small business only. The proposed services, which will be obtained by negotiated firm fixed price contracts, are for a variety of Architect/Engineer services for surveying and mapping for various military and civil works projects primarily within the Great Lakes and Ohio River Division mission boundaries. One contract will be selected for the Louisville District. The Louisville District mission is nationwide for U.S. Army Reserve projects. Projects outside the primary mission area may be added at the Contracting Officer�s discretion upon agreement of the A/E firm.� Projects will be negotiated by firm-fixed-price task orders not to exceed $2,000,000. The maximum cumulative contract value is $5,000,000. The contract period is cumulative for five years. The top ranked firm will be awarded the contract. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. Significant emphasis will be placed on the A/E's quality control procedures, as the District will perform the quality assurance role only. Estimated start date is October 1, 2020. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for architect-engineer services. 2.) PROJECT SPECIFIC INFORMATION: The project consists of surveying and mapping services including aerial photography acquisition including the use of LiDAR, analytical aerotriangulation, stereo mapping compilation/topographic mapping, digital orthophotography, land use/land cover interpretation and unmanned aerial systems (UAS) in accordance with FAA and USACE policy and guidance.� The project will also include land surveys such as geodetic horizontal and vertical control surveys, structural deformation surveys, route location surveys, topographic surveys, quantity surveys, construction layout surveys, and other land-based surveys. The project will also include hydrographic surveys such as navigation project condition surveys, scour analysis surveys, sedimentation surveys, and other hydrographic surveys. Boundary/cadastral/real-property surveys of Government-owned land tracts or easements at levees, reservoirs, dredge disposal areas or military facilities may be required to establish or re-establish corners, monuments and boundary lines, or for the purpose of describing fixed improvements, or platting or dividing parcels. These services will be used as necessary to support engineering studies to include design and construction, planning, operation and maintenance of navigation and flood control projects, real estate, and emergency management activities for projects within the jurisdiction of the selecting USACE Districts and may be utilized for USACE Division-wide civil and military projects. An overview map of the District and Division boundaries is available for viewing online at http://www.usace.army.mil/Locations.aspx. Control survey capabilities must include sufficient personnel and equipment necessary to meet the requirements for all levels of FGDC and NGS specifications. Aerial photogrammetric and LiDAR facilities must be capable of producing deliverables that conform to the most recent edition/version of the ASPRS Positional Accuracy Standards for Digital Geospatial Data. Hydrographic survey capabilities must include single- and multi-beam echosounders integrated into a positioning system that is RTK- and PPK-GNSS capable, with IMU/HPR for supplementary positioning in the event of a GNSS outage, and must also be capable of collecting, high-resolution sidescan sonar data from a towfish mount. All work is to be performed under the supervision of a Registered Land Surveyor or a Registered Civil Engineer. Firms must be able to deliver data in the formats requested by the Government. These formats include, but are not limited to: Bentley Microstation and Open Roads, Autodesk AutoCAD and Civil 3D, Esri ArcGIS Desktop (ArcCatalog, ArcMap) and Server (ArcSDE, ArcGIS Online), Esri ArcPad, Trimble Business Center and Access and RealWorks, HYPACK, intranet posting of data, and ASCII. The files may be requested on CD, DVD, external hard drives (HDD), or DoD-compliant electronic transfer (such as AMRDEC SAFE). The Government will only accept the final product, without conversion or reformatting, in the requested format(s). Firms must have the capability of complying with the most recently published version/edition of USACE Engineering Manuals (EM):1110-1-1000, 1110-1-1002, 1110-1-1003, 1110-1-1005, 1110-1-2909, 1110-2-1003, 1110-2-1009, 1110-2-2907, 1110-2-4000, 1110-2-6055, and 1110-2-6056. Engineer Manuals are freely available as PDF online at: http://www.publications.usace.army.mil/. Firms must also have the capability of complying with the most recent release of published A/E/C CADD Standards, freely available online at https://cadbimcenter.erdc.dren.mil/. Firms must provide resume(s) of all key personnel as requested below, and a summary of the capability for performing all surveying must be submitted. 3.) SELECTION CRITERIA: Selection criteria in descending order of importance are listed below ""a"" through ""e"" are primary, and ""f"" is secondary. a. Professional Qualifications: The government's evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm. b. Specialized Experience and Technical Competence: The government's evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F which include the Specialized Experience and Technical Competencies below. The government also will consider the same Specialized Experience and Technical Competencies of individual team members in SF330 Section E. 1. Field surveys (topographic and geodetic) 2. Aerial Photography by digital mapping camera including airborne GPS/GNSS, IMU/INS and UAS conforming to all FAA & USACE policies and guidance. 3. Capabilities in geodetic surveying and topographic mapping using GPS/GNSS 4. Photogrammetric production 5. Photographic and negative scanning/reproduction capabilities 6. GIS data development and system design in compliance with current FGDC Endorsed Standards and experience and capability to provide products in Esri and Bentley GIS formats including SDSFIE compliant geodatabases 7. Creation of 2D and 3D digital files including various digital elevation models (gridded, TIN, etc.), derived from combination of photogrammetric, land survey, and/or hydrographic survey methods must be created in the format requested by the government (conversion and/or reformatting is not acceptable). These formats include, but are not limited to: Bentley Microstation and OpenRoads, Autodesk AutoCAD and Civil 3D, Esri ArcGIS Desktop (ArcCatalog, ArcMap) and Server (ArcSDE, ArcGIS Online), Esri ArcPad, Trimble Business Center and Access and RealWorks, HYPACK, intranet posting of data, and ASCII. CAD files will conform to the most recent release of published A/E/C CADD Standards, freely available online at https://cadbimcenter.erdc.dren.mil/. 8. Hydrographic surveying capabilities using RTK- or PPK-GPS/GNSS, acoustic/sonar, and conventional survey techniques 9. Digital orthophotography 10. Capability to perform LIDAR mapping and scanning, high-definition terrestrial laser scanning for mapping applications and 3D modeling. The government will also consider prior experience between team members working on the same project included in SF330 Section G. Additional consideration will be given to offerors who provide a brief Quality Management Plan in SF330 Section H that demonstrates a clear understanding of USACE quality management policies and that details quality management activities that will be used in addition to those required by USACE policy. c. Capacity: The government's evaluation of the offeror's capacity narrative included in the Design Quality Management Plan in SF330 Section H will consider the offeror's ability to complete the work in the required time with the understanding that this contract may require multiple teams to work multiple task orders at various locations simultaneously. d. Past Performance: Past performance on DoD and other contracts to include cost control, quality of the work, and compliance with performance schedules. e. Knowledge of the locality of the project. Submitting firms should demonstrate knowledge of the area covered by the Lakes & Rivers Division (LRD) to include the states of Illinois, Indiana, Kentucky, Michigan, Ohio, Tennessee, Maryland, Pennsylvania, New York, West Virginia, Wisconsin, Alabama, Georgia, Virginia and North Carolina. Examples include knowledge of state/local laws, codes and regulations, climatic conditions, terrain and geologic features. f. Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. Additional instructions and clarifications for SF330: SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11""x 17"" organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be ""dual-hatted."" Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below in lines 1 through 8. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. Civil Engineer, Land Surveyor, etc.) on projects similar to those listed in Paragraph 2 of this solicitation. Civil Engineer, Registered Professional Engineer(s) (2 individuals) �Supervisory Professional Land Surveyor(s) (2 individuals) Supervisory Cartographic Technician (1 individual) Engineering Technician(s) CADD or GIS (2 individuals) Cartographic Technician(s) CADD or GIS (2 individuals) Photogrammetric Technician (Stereo Plotter Operator) Land Surveyor(s): Through either a combination of personnel, or one person, the firm must employ Land Surveyor(s) that possess registration, in good standing, in the following states: Illinois, Indiana, Kentucky, Michigan, Ohio and Tennessee. Three 3-person survey field parties (Party Chief, Instrument Person, Rod Person or Surveying Aid) SF330 Section F: Of the up to ten projects included in SF330 Section F, projects must be substantially complete within 5 years. An IDIQ contract may be submitted but must include a narrative describing the project requirements for specific task orders under the IDIQ contract to demonstrate similar projects. SF330 Section H: In SF330 Section H, each offeror shall present a brief Quality Management Plan including an explanation of the firm's management approach; management of sub-consultants (if applicable); quality control procedures (for surveys and mapping, including electronic documents); procedures to insure that internal resources are not over committed; and an organizational chart showing the inter-relationship of management and various team components (including sub-consultants). The Quality Management Plan shall also include a Capacity Narrative describing the offeror's ability to complete the work with available resources. Additionally, indicate the estimated percentages involvement of each firm on the proposed team. It is the responsibility of the Prime Contractor to comply with FAR 19.508(e) and 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole. A detailed list of land survey instruments (total station, GPS/GNSS receivers, data collectors, optical/digital levels, and terrestrial LiDAR scanners) indicating age, calibration within 12 months where legally applicable (such as boundary/cadastral survey requirements for specific states), technical specifications (demonstrating compliance with applicable FGCS/NGS standards), brand name, and mechanical condition of all instruments, including details as to what is leased or owned, must be furnished. A list of all hydrographic vessel(s) and relevant hydrographic/positioning equipment, including details as to which vessel(s) and equipment are leased or owned, must be furnished. A list of airworthy aircraft including unmanned aerial vehicles, digital photogrammetric and stereo-photogrammetric workstations/systems, and airborne GPS/GNSS and IMU/INS equipment, including details as to which aircraft and equipment are leased or owned, must be furnished. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announcement must be received no later than 10:00 a.m. local time on 14 August 2020. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. 4.)� SUBMISSION REQUIREMENTS: ALL SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE.� No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army�s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil).� The DOD SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for SAFE. Authentication is handled via email. Anyone has access to DOD SAFE, and the application is available for use by anyone. The SAFE �Getting Started Guide� has information on how to utilize the system (https://safe.apps.mil/about.php).� Instructions for uploading are as follows: Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal. This will need to be completed five (5) business days prior to proposal due date.� Jessica McCall, Contract Specialist at jessica.l.mccall@usace.army.mil���� John Butts, Contracting Officer at john.c.butts@usace.army.mil You will receive an email with the link to submit your drop-off. The link will be provided no later than two (2) business days prior to the proposal due date. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W912QR20R0074-FIRMNAME. Click Upload button to send documents. Guest users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required). File Size Limitations: Offerors are advised to follow the DOD SAFE instructions for uploading files. DOD SAFE supports delivery up to 8GB.� If needed, Offerors are advised to break the files down into smaller sections in order to upload it to the system.� In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below. File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: W912QR20R0074-FIRMNAME � Each file name shall begin with the solicitation number followed by the firm�s name and a brief file description. Please see examples above. � File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 10 or larger. Pages shall be letter sized (larger page sizes (such as 11x17 fold-outs, etc.) will be counted as two pages. Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the factors.� Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented.� Information pertaining to more than one evaluation factor should be repeated in the each section for each factor. � Upload Completion & Deadline: Interested parties shall submit responses no later than the date specified on the solicitation document.� The time & date of proposal receipt will be the upload completion / delivery time & date recorded within DOD SAFE site.� Do not assume that electronic submission will occur instantaneously.� Large files (e.g. 10MB or more) will take some time to upload.� Offerors should time their upload effort with prudence by not waiting until the last few minutes�this will allow for unexpected delays in the transmittal process.� Offerors are encouraged to keep a copy of the upload confirmation for their record.� Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208. � Electronic Files: Files shall be in their native format (i.e. doc, xls, ppt, etc.), or if in pdf format, shall be in searchable text.� Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulas should be unlocked).� Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision �FAR 52.215-1, Instructions to Offerors � Competitive Acquisition (Jan 2017),� subparagraph (e).� The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. The proposal shall be submitted as one file. Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length. Each printed side of a page will count as one page. Do not furnish portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. 5.) SYSTEM FOR AWARD MANAGEMENT: To be eligible for award, a firm must have a Unique Entity Identifier (formerly DUNS Number) and be registered in the System for Award Management (SAM) database, via the SAM Internet site at�https://www.sam.gov.��Central Contractor Registration (CCR) and ORCA are now available through the System for Award Management (SAM). �Training tools are available on the SAM website to help you get familiar with SAM. �Start by going to�www.sam.gov, and then click on the SAM HELP tab. �Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. �These guides can also be viewed on�http://www.acquisition.gov.��Please identify the Unique Entity Identifier (formerly DUNS Number) of the office(s) performing the work in Block 5 of the SF 330, Part I. �Unique Entity Identifier (formerly DUNS Number) may be obtained by contacting (866) 705-5711, or via the internet at�http://fedgov.dnb.com/webform. 6.)� OFFERER�S QUESTIONS AND COMMENTS: Contracting point of contact:� Jessica McCall at (502)-315-6137, email address jessica.l.mccall@usace.army.mil 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.��As noted below, offerors shall not submit their proposals via ProjNet. �Offerors shall submit their proposals in accordance with the provisions stated in the solicitation. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. Project:� W912QR20R0074; Architect/Engineer Services for Survey and Mapping Projects Primarily within the Great Lakes and Ohio River Division Mission Boundaries Quick Add Key:� H9CGWM-YZZ5UH Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked 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 above. 4. Email. Enter the email address you would like to use for communication. 5. Select Continue. A page will then open stating 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. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 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 linked 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 above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Select 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. From this page you may view all bidder inquiries or add an inquiry. 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. Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago).� The telephone number for the Call Center is 800-428-HELP. Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals. NOTES: 1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the Presolicitation notice. �Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the Presolicitation notice. 2. Government responses to technical inquiries and questions relating to proposal procedures that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on beta.SAM.gov. �In the case of any conflicts, the last posted notice or, if applicable, amendment posted to beta.SAM.gov governs. �Any changes or revisions to the Presolicitation notice will be issued on beta.SAM.gov. 3. The ability to enter technical inquiries and questions relating to proposal procedures will be disabled ten (10) calendar days prior to the closing date stated in the solicitation. �No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f39ec8b17ec348998e2750dfa4e35db8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05735799-F 20200730/200728230138 (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.