SOLICITATION NOTICE
C -- Notice for Architect and Engineering (A-E) Services to Survey and Mapping to Support the Civil, Military and Interagency Programs for the U.S. Army Corps of Engineers, South Atlantic Division, Mobile District
- Notice Date
- 8/17/2023 8:06:54 AM
- Notice Type
- Solicitation
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127822R0079
- Response Due
- 10/3/2023 12:00:00 PM
- Archive Date
- 08/16/2024
- Point of Contact
- Joyce Powell, Phone: 2516943606, KIMBERLY BRACKETT, Phone: (251) 441-5170
- E-Mail Address
-
joyce.f.powell@usace.army.mil, KIMBERLY.L.BRACKETT@USACE.ARMY.MIL
(joyce.f.powell@usace.army.mil, KIMBERLY.L.BRACKETT@USACE.ARMY.MIL)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- The U.S. Army Corps of Engineers, South Atlantic Division, Mobile District requires A-E Services for Survey and Mapping to Support the Civil, Military and Interagency Programs. Services are to be provided under a Multiple Award Task Order a Contract (MATOC). This procurement will be conducted in accordance with the AE Brooks Act. The North American Industry Classification System (NAICS) code for this action is 541330. It is open to all A-E firms regardless of size. The Government intends to award up to seven (7) contracts including three (3) or more Unrestricted awards and setting aside the remaining awards for the category of small business. The total capacity of the IDC is $49,000,000; $10,000,000 SB Shared Capacity, for a term not to exceed five (5) years. In the event there are no SB AE firms among the most highly qualified AE firms, the award capacity will be shared among the Unrestricted AE firms. Work under this contract will be subject to satisfactory negotiation of individual firm fixed price task orders. Rates will be negotiated for each 12-month period of the contract. All interested A-E firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest), and all large A-E firms are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts with small and disadvantaged businesses to the maximum extent practicable consistent with the efficient performance of the contract. A large business awardee must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan for that part of the work to be subcontracted, and will be required to submit a detailed subcontracting plan during contract negotiations. PROJECT INFORMATION: A-E services for Survey and Mapping Services in support of the Civil, Military, and Interagency Programs include but not limited to: Airborne Topographic and Bathymetric LiDAR collection and processing, Airborne Multispectral and Hyperspectral imagery collection and processing, photogrammetry, topographic and boundary surveying of private and public lands, Conventional and Global Navigation Satellite System (GNSS) surveying, terrestrial and mobile LiDAR scanning, high accuracy dam deformation monitoring surveying, GIS development and production, Subsurface Utility Engineering that includes locating underground utilities in highly congested areas to CI/ASCE 38-02 standards using geophysical tools including but not limited to Ground Penetrating Radar, Hydrographic surveying using single beam and multi- beam systems on inland and coastal waterways, Development of project level GIS implementation using features that are SDSFIE compliant, Mapping production using the A/E/C CADD standards and Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE), Converting non-standard CADD graphics data sets to SDSFIE data structures, Development of file based geodatabases, personal geodatabases using Access, or ArcSDE geo-database (SQL Server or Oracle), features. The work will primarily be located within Mobile District boundaries with possible worldwide operations for Customers such as the Joint Airborne Lidar Bathymetry Technical Center of Expertise (JALBTCX), Department of Defense, U.S. Army, U.S. Army Reserves, U.S. Army National Guard, U.S. Air Force, U.S. Navy, U.S. Marine Corps, and Defense Logistics Agency projects, USACE Federal military and civil works projects, Department of Homeland Security, National Institutes of Health, Centers for Disease Control, U.S. Fish and Wildlife Service, and other Federal agencies, and other locations or customers that may be assigned to the Mobile District, South Atlantic Division, U.S. Army Corps of Engineers. SELECTION CRITERIA: The source selection factors for this procurement are listed below in descending order of importance. Factors 1 through 5 are primary. Factor 6 is secondary and will only be used as a tie-breaker among technically equal firms. Primary factors will be assigned a rating from outstanding to unsatisfactory, based on the risk to the Government that the Offeror will successfully perform that evaluated factor. An overall rating will also be applied to the proposal submission using the same rating scale. Proposals failing to respond or provide complete information for each factor as required by this solicitation will be determined non-compliant and will be removed from further consideration. After all ratings have been assigned, Offerors will be ranked as Most Highly Qualified, Highly Qualified, and Not Qualified in accordance with the EP 715-1-7 Architect-Engineer Contracting In USACE. For purposes of this solicitation, a stand-alone contract or single task order is considered one project. Separating activities performed under a contract or task order will not be considered multiple projects; conversely, combining activities performed under separate contracts or task orders to produce a single project will not be considered. A single task under an Indefinite Delivery Contract is considered a project, not an Indefinite Delivery Contract itself. Projects in which the A- E Service is not 100% complete will not be evaluated. Factor 1. Professional Qualifications (SF330, Part I, Section E) Part A ? Resumes of Key Personnel (Section E, Blocks 12 ? 18): Offerors must have, either in- house or through consultants or subcontractors, the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E. Each resume shall not exceed one page in length. In Block 13, the role listed must use the exact same discipline nomenclature as listed below. If an individual will serve in more than one role, then all disciplines shall be clearly indicated in Block 13. The format of Section E as to its content is not to be altered. Additionally, all Key Personnel must be shown on the organizational chart in Section D. The following disciplines are required:(1) Professional Land Surveyors - provide licensure/certification number and date for the states of Alabama, Florida, Georgia, Mississippi, and Tennessee (2) Party Chiefs ? provide a total of four (4) chiefs (3) Project Manager- Survey/Mapping/Hydro. (4) Project Manager - Airborne Lidar Collection (5) Project Manager - Airborne Imagery Collection (6) Project Manager ? GIS (7) CADD Specialist ? demonstrate experience with Mapping production using the A/E/C CADD standards (8) Photogrammatrist ? provide certification number and date (9) GIS Analyst (10) GIS Developer (11) Database Administrator (12) Lidar Specialist Part B ? Relevant Projects (Section E, Block 19): All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. The definition of a project is as noted in Selection Criteria above. Relevant projects are those that reflect experience performing the respective discipline. Relevant Project information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than five projects should be listed for each resume, and each project listed must have been completed within ten (10) years of publication of this solicitation announcement. (Note: The projects provided for this factor may also be used to address Factor 2.) The evaluation of Factor 1 will take into consideration the education and current registration, licensure or certification(s), as applicable, of each person named for each discipline and that persons longevity with the firm named in Block 15. It will also take into consideration the persons relevant project experience provided in Block 19. More consideration will be given to experience with full survey and mapping type services, projects that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information, and projects completed within Mobile District boundaries. This factor may be assessed Strengths or Weaknesses, as appropriate. Only the Key Personnel disciplines requested in this solicitation will be evaluated. The basis of evaluation for Factor 1 will be information submitted in Part I, Sections E and G. Factor 2. Specialized Experience and Technical Competence (SF330, Part I, Section F) For Factor 2, Offerors are to demonstrate specialized experience and technical competence for Survey and Mapping which meets the definition of A-E Services as defined in 40 U.S.C. 1101 and FAR 2.101. This factor considers specialized experience and technical competence to support the Civil, Military and Interagency Programs specific to performing services similar to those described above in the paragraph titled Project Information.In Section F Offerors are to submit up to ten (10) projects that best illustrate the proposed teams qualifications for award of a contract. (Note: The projects provided for Factor 1 may also be used to address this factor.) The definition of a project is as noted in Selection Criteria above. For each project use only one page and note the contract or task order number, as applicable. As to content, do not alter the format of Section F. Offerors are to demonstrate by project Specialized Experience and Technical Competence in the following areas: GPS and Conventional Topographic Survey and Mapping; Subsurface Utility Engineering, include CI/ASCE 38-02 Standards using geophysical tools such as Ground Penetrating Radar; High Accuracy Dam Deformation Monitoring Surveys; Boundary Surveying of private and public lands; Hydrographic Surveying, single and multi-beam systems on inland and coastal waterways; Airborne Lidar Data Collection and Processing; Aerial Imagery Collection and Processing, hyperspectral/multispectral collection; Geographic Information Systems for SDSFIE compliance, A/E/C CADD standards, Converting non-standard CADD graphics data sets to SDSFIE data structures, and development of file based geodatabases, personal geodatabases using Access, or ArcSDE geo-database (SQL Server or Oracle) features for SDS compliance; Terrestrial Scanning and Mobile Lidar Mapping. All projects must have been completed within ten (10) years of publication of this solicitation announcement (see Block 22). At least six (6) of the projects presented must show that the Offeror (the firm submitting the SF330 as the prime contractor), whether as a prime contractor or subcontractor, performed the majority (50%) of the work on the project. To demonstrate such performance, Offerors are to state the percentage of work they performed. If a proposed subcontractor also worked on the project, state the percentage of work it performed. If an Offeror submits more than six (6) projects, those projects must reflect performance of work by the Offeror, or one or more of its proposed subcontractors. For each such project state the percentage of work performed by the Offeror, and/or the percentage of work performed by each proposed subcontractor. Clearly identify the Project Type and the Offerors role on the project. In Block 24, cost is the total value of the project, not simply the value of the work performed by the Offeror and/or any proposed subcontractor. To demonstrate quality of past performance, for each project the Offeror must provide a Contractor Performance Assessment Report (CPAR). If a CPAR is not available, the Offeror must provide a NAVFAC/USACE and/or USGS Past Performance Questionnaire (PPQ). If a PPQ is provided and there is a CPAR, the CPAR rating will govern. Quality of past performance information for key projects may be placed in Part II. The Government reserves the right to review any official performance evaluation system of records to inform its source selection decision. When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person is or was associated at the time the project was performed. Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception. If the JV (the Offeror) cannot provide at least six (6) projects that demonstrate performance by the JV of 50% or more of a project, as either a prime contractor or subcontractor, the JV may provide projects performed by any partner of the offering JV that reflect performance of 50% or more of a project, as either a prime contractor or subcontractor. Prime contractors self-performance percentage must be equal to or greater than the percentage required by FAR clause 52.236-1 in the solicitation. Of the projects submitted as prescribed above, relevant projects are those that reflect the specialized experience and technical competence of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described above in the paragraph titled Project Information. More consideration will be given to experience with full survey and mapping type services, projects that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information, and projects completed within Mobile District boundaries. More consideration will also be given to an overall project portfolio demonstrating a diverse portfolio of work to include the Civil, Military, and Interagency programs. This factor may be assessed Strengths or Weaknesses, as appropriate. The basis of evaluation for Factor 2 will be information submitted in Part I, Sections F and G. Factor 3. Corporate Experience and Technical Competence (SF330, Part I, Section H) In Part I, Section H, the Offeror must demonstrate its teams corporate breadth of experience and technical competence with Survey and Mapping to support Mobile District and its customers. The narrative should describe the Offerors corporate approach, driving criteria or potential constraints, personnel and equipment needs, and examples of successful performance for each of the following areas: (1) Acquire and process Airborne Lidar Data (aircraft sensors, hardware, software); (2) Acquire, process, and analyze multispectral/hyperspectral imagery; (3) Maintain four (4) survey crews; (4) Conduct hydrographic surveying using single beam and multi-beam systems; (5) Perform high accuracy dam deformation surveys to USACE standards; (6) Conduct other underwater mapping using sensors such as side scan sonar, magnetometer, etc; (7) Conduct terrestrial laser scanning; and (8) Work management planning to include quality management, subcontractor management, prior experience of the prime firm and any significant consultant, version control management, proactive internal and external communication protocols, and independent submittal review processes in the context of providing services under multiple task orders. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 4. Past Performance (SF330, Part I, Section H) Offerors shall demonstrate in narrative (or other format) a history of customer satisfaction with the Offerors quality of work, cost control and scheduling. Past Performance history is not to be limited to information presented in Factor 2. Past performance can be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offerors quality of work, cost control and scheduling. This factor may be assessed Strengths or Weaknesses, as appropriate, with more consideration given to successful performance ratings in these three areas on Department of Defense contracts. Factor 5. Capacity to Accomplish the Work (SF330, Part I, Section H) Unrestricted Offerors are to clearly demonstrate the capacity to accomplish at least four (4) $100,000 task orders simultaneously. Small Business Offerors are to clearly demonstrate the capacity to accomplish at least two (2) $50,000 task orders simultaneously. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 6. Geographic Proximity (SF330, Part I, Section H) Offerors shall demonstrate their location, partnerships, and/or resources with respect to Mobile District. This factor is a secondary criteria and will only be evaluated as a tie-breaker among technically equal firms. Interviews. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications will be conducted by the A-E Evaluation Board (Selection Board). Interviews will be held with those offerors deemed by the Board to be qualified for award. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. SUBMISSION REQUIREMENTS: Interested AE firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete PDF of their SF330 (Architect-Engineer Qualifications) proposal. Offerors must submit the electronic proposal package to the USACE via Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mi1/xhtm1/unauth/home/loginxhtm I -OR- https://wawf.eb.mii-OR- https://piee.eb.mil). Emailed submissions of proposals are not permitted and will not be accepted under any circumstances. The Government must receive your proposal no later than the time and date as specified in this solicitation. The PIEE website must show the proposal was prior to the specified time. Offerors may confirm proposal receipt by emailing the following Points of Contact: Ms. April Ruth at April.M.Ruth@usace.army.mil. The current edition of the SF330 must be used and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe Acrobat XI or an earlier version. Proposals submitted in a format other than as described above will not be accepted. All Offerors responding to this solicitation MUST identify on the front cover of the SF330 their company name, solicitation number, and category (UNRESTRICTED, SMALL BUSINESS, WOMAN OWNED SMALL BUSINESS) for which they are submitting. Proposals not identifying which category they are submitting on the front cover will be considered UNRESTRICTED for evaluation purposes. Separate proposal responses MUST be submitted for each category in which an Offeror wants consideration. All Offerors, to include JVs, submitting proposals shall obtain a UEI number. Include the UEI number in Part I, Section B, Block 5 next to the name of the firm. Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM). For instructions on registering with the SAM, go to https://www.sam.gov/SAM. JVs are to include a fully executed JV Agreement with their proposal at Part II. JVs submitting as 8(a) are to include a JV Agreement that has been reviewed by their respective SBA District. All fonts shall be at least 12 or larger in Arial (not Arial Narrow) to include text, tables, and figures. Pages shall be 8-1/2 inches by 11 inches. The Organizational Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches, each counting as one page respectively. Do not use multi-column formatting. The SF330 is to be organized as indicated below. Part I of the SF330 shall not exceed 50 pages, front side only, excluding tabs, separators and blank sheets, and shall be organized as follows: SF330, Part I, Sections A, B, C and D. SF330, Part I, Section E. SF330, Part I, Section F. SF330, Part I, Section G. SF330, Part I, Sections H and I. Part II of the SF330 shall not exceed 30 pages, front side only, excluding tabs, separators and blank sheets. A Part II is required for each branch office of the Offeror and any subcontractor that will perform a key role under the contract. Part II shall be organized as follows: SF330, Part II Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II.) Specialized Experience and Technical Competence - Quality of Past Performance (This document does not count against the page limitation for Part II.) OFFERS MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN 2:00 PM CENTRAL TIME ON 03 OCTOBER 2023. The Agency will not accept any offers received after this time and date. To verify your submittal has been delivered, you may email Ms. April Ruth at: april.m.ruth@usace.army.mil. The Selection Board is tentatively scheduled to commence on or about 09 OCTOBER 2023. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. Questions should be submitted no later than 19 September 2023, 2:00 PM Central Time to allow time for a response. On this date and time the portal will be closed. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W9127822R0079. The Bidder Inquiry Key is: C3JVS7-DR33ZS. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in 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://sam.gov/opp/996990ba61f445dbaaae28fc45089cb6/view)
- Record
- SN06794686-F 20230819/230817230046 (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 |