MODIFICATION
R -- INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR FOR SURVEY, MAPPING AND RELATED SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA
- Notice Date
- 5/25/2021 12:15:14 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
- ZIP Code
- 99506-0898
- Solicitation Number
- W911KB21R0046
- Response Due
- 6/24/2021 3:00:00 PM
- Archive Date
- 07/09/2021
- Point of Contact
- George Nasif, Phone: 9077532838, Theresa M Afrank, Phone: 9077532739, Fax: 9077532544
- E-Mail Address
-
george.g.nasif@usace.army.mil, theresa.m.afrank@usace.army.mil
(george.g.nasif@usace.army.mil, theresa.m.afrank@usace.army.mil)
- Description
- C�INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR SURVEY AND RELATED SERVICES, VARIOUS LOCATIONS THROUGHOUT THE PACIFIC RIM, PRIMARILY ALASKA GENERAL INFORMATION: Project:� Indefinite Delivery Architect- Engineer Services Contract for Survey, Mapping and Related Services, Primarily Various Locations, Alaska Solicitation Number:� W911KB21R0046 Posted Date:� 25 May 2021 Original Response Date:� 24 June 2021 Classification Code:� R404 Set Aside:� N/A NAICS Code: �541370 � Surveying and Mapping (except Geophysical) Services Size Standard:� $16.5M CONTRACTING ACTIVITY:� U.S. Army Corps of Engineers, Alaska District, P.O. Box 6898, JBER, Alaska 99506-0898. DESCRIPTION: 1.� CONTRACT INFORMATION: �This Indefinite Delivery contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and the supplements thereto. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work.� North American Industrial Classification System code is 541370, which has a size standard of $16,500,000 in average annual receipts.� To receive award contractors must be registered in the System for Award Management (SAM).� Register via the SAM Internet site at https://www.sam.gov/SAM/. �This announcement is open to all businesses regardless of size with one contract held in reserve for a small business.� If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract.� The FY 2021 subcontracting goals for this contract are a minimum of 25% of the contractor's intended sub-contract amount be placed with small businesses, with 5% of that to small disadvantaged businesses, 3% to woman-owned small businesses, 1% to HUB Zone small businesses, 2% to VOSB and 1% to service disabled veteran-owned small businesses. �The subcontracting plan is not required with this submittal.� Anticipate award of three (3) multiple award task order contracts, one of which is held in reserve for a small business, with a shared capacity of $9.5M.� If award cannot be made to a small business, three (3) multiple award contracts are anticipated.� The contract type shall be indefinite delivery, firm fixed price over a term of 5 years. �There will be no specific delivery order limit except that of the contract limit. �All responders are advised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to the selected firm.� Award of the contracts are anticipated for the first quarter of FY 22. Telephonic interviews will be held with all of the most highly qualified firms. � When a task order is to be awarded, the Contracting Officer shall notify all the A-E firms within the MATOC pool by the issuance of a Task Order Requirement Notice (TORN). �The TORN shall include a short summary of the scope of work, selection criteria, and, if appropriate, a Request for Supplemental Information tailored to that specific task order requirement. ��All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500.00. �Each TORN will contain the specific selection criteria listed in order of importance and relative weight, and shall include, at a minimum, criteria required by FAR 36.602-1.� A Request for Supplemental Information in a TORN is intended to supplement existing information for the MATOC Pool firm.� Any Request for Supplemental Information will focus on information required to effectively evaluate each firm relative to the specific task order requirement for the purpose of selecting the most highly technically qualified firm for the specific task order requirement.� The expectation is that, in most cases, Supplemental Information within a TORN should be brief (three pages or less) and require minimal effort on a MATOC Pool firm�s part. �All MATOC Pool firms will receive the exact same TORN.�� If determined to be appropriate for a specific requirement, a TORN may fully utilize existing MATOC Pool firm information to determine the most highly qualified firm without the need to request supplemental information.� Each response to a TORN will be evaluated per the criteria specified in the TORN.� The MATOC Pool firms that were sent a TORN will be promptly notified upon a selection decision. �Unsuccessful offerors for task orders greater than $5.5M will be given the opportunity for a debriefing in accordance with EP 715-1-7, para 3-12. �Further details, when applicable, of the selection process will be included in the resultant contracts.� The wages and benefits of service employees (see FAR 22.1) 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 employee�s office location (not the location of the work). �Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. � 2. �PROJECT INFORMATION:� The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include topographic, hydrographic, tidal determinations (gauging), aerial mapping (LIDAR), GPS control, boundary retracement and establishment, 3D digital mapping, office computations, Geographic Information Systems (GIS) development, and other specialized surveys for use in developing ""Plans and Specifications."" The selected firm must demonstrate the ability to provide Autodesk Civil 3D formatted drawings and all support files that conform with� the Corps of Engineers CADD/GIS Technology Center A/E/C CADD Standards (version 5.0) using the most recent version of Autodesk Civil 3D at the time of contract and follow-on delivery order award. � 3. �LOCATION:� Various Locations, primarily Alaska, but may include Pacific Ocean locations where the Alaska District has projects. 4.� SELECTION CRITERIA:� The following primary selection criteria (A-G) are listed in descending order of importance: (A) Professional personnel in the following disciplines: 2 surveyors licensed by the State of Alaska with a crew of 3 party chiefs and 6 staff surveyors, a photogrammetric specialist, a GIS Professional and a hydrographic surveyor with at least 5 years of experience surveying in navigable channels.� Responding firms MUST address each discipline, and clearly indicate which shall be subcontracted. �(B) Specialized experience and technical competence: (1) minimum of 3 years experience in the use of Autodesk Civil 3D software, (2) minimum of 3 years of experience in global positioning system (GPS), (3) qualified to conduct precise surveys. (C) A quality management plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government.� The plan should address the quality control processes that will be used by the contractor, and how those processes will complement and support the government�s quality assurance role.� This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key personnel in relationship to the overall organization of the firm.� If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines.� The quality management plan must address the integration of work products of the entire team that is proposed.� (NOTE:� A detailed quality management plan will be required at the time of a Request For Proposal.)� (D) Capacity to maintain schedules and accomplish required work on six task orders simultaneously.� (E) Knowledge of the locality.� (F) The firm�s past performance on DOD and private sector contracts with respect to cost control, quality of work, and compliance with schedules.� (G) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.� Criteria H-J are secondary criteria and will only be used as �tie-breakers� among firms which are rated as technically equal after the interview phase of the selection process.� The secondary selection criteria in descending order of importance are:� (H) Extent of participation of small businesses (SB), small disadvantaged business (SDB) concerns, women-owned small business (WOSB) concerns, HUBZone small business concerns, Veteran Owned small Business (VOSB) and Service-Disabled Veteran-Owned small business (SDVOSB) concerns in the proposed contract team, measured as a percentage of the total estimated value of the acquisition, regardless of whether the SB, SDB, WOSB, HUBZone SB, VOSB, or SDVOSB is a prime contractor, subcontractor, or joint venture partner, the greater the participation the greater the consideration.� (I) Geographic proximity.� (J) Volume of DOD contract awards in the last 12 months.� 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide TWO copies of the SF 330 and must include the following additional information as indicated:� a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion.� Include an organization chart of the key personnel to be assigned to the project.� The 8/16 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: https://www.gsa.gov/forms-library/architect-engineer-qualifications �or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats.� Part I, block H (30) of the SF 330, describe the firm�s overall Design Quality Management Plan..� A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. �Part I of the SF 330 must be submitted. It is preferred that Part II of the SF330 be submitted with Part I however, the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the SAM �website. �Offerors must provide SF330 packages as identified in the following paragraph to be received no later than the date and time stated on the Synopsis Notice. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. Offerors must submit proposals electronically via DoD Secure Access File Exchange (DoD SAFE) by sending a request for drop off to the following email address: George.g.nasif@usace.army.mil and Theresa.m.afrank@usace.army.mil. This request must include the following: W911KB21R0046, IDIQ Survey, Mapping and Related Services, Various Locations throughout the Pacific Rim, Primarily Alaska /Contract Specialist George Nasif and Contracting Officer Theresa Afrank. This request must be received no later than five (5) calendar days prior to the proposal due date. The link to drop off the proposal will be valid until the due date and time for proposal receipt. Hard copies of proposals will not be accepted. No arrangements will be made by the government to assist in SF330 package delivery.� Offerors are advised to plan accordingly.� Day-pass procedures will not be used for delivery purposes nor are there pick-up services.� No escort services will be provided.� It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals.� SF 330 packages will be received no later than the date and time stated on the Synopsis Notice or subsequent solicitation amendment via DoD Secure Access File Exchange (DoD SAFE) as identified above. Mailing Address: U.S. Army Corps of Engineers, Alaska District ATTN:� CEPOA-CT (George Nasif, Rm 30) PO Box 6898 JBER, Alaska 99506-0898 The Packaging that contains the SF330 package shall be marked: ""Response to Solicitation Number: W911KB21R0046, DO NOT OPEN"" Contracting Division Point of Contact: George Nasif, 907-753-2838 Contracting Office Address: ATTN: CEPOA-CT P. 0. Box 6898 JBER, Alaska 99506-6898 United States
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/67224e3ba1b74abb83bb5e2692d3b5b2/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06011563-F 20210527/210525230057 (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 |