Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contracts for Surveying, Mapping, and other related services within the boundaries of Mississippi Valley Division (MVD)

Notice Date
2/1/2024 11:30:01 AM
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
 
ZIP Code
70118-3651
 
Solicitation Number
W912P824R0016
 
Response Due
3/4/2024 9:00:00 AM
 
Archive Date
03/04/2025
 
Point of Contact
Bianca James Gaddison, Phone: 5048622163, Katherine Younts
 
E-Mail Address
Bianca.M.JamesGaddison@usace.army.mil, katherine.b.younts@usace.army.mil
(Bianca.M.JamesGaddison@usace.army.mil, katherine.b.younts@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) RESTRICTED A-E CONTRACTS FOR SURVEYING, MAPPING, AND OTHER RELATED SERVICES WITHIN THE BOUNDARIES OF MISSISSIPPI VALLEY DIVISION (MVD), UNITED STATES ARMY CORPS OF ENGINEERS (USACE) 1. CONTRACT INFORMATION: No additional information shall be provided, and no solicitation will be issued. The resulting contracts are being procured in accordance with the Brooks Architect Engineer (A-E) Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Interested firms shall respond by submitting a SF330, listing their qualifications in accordance with the instructions below. This is not the Request for Proposal. The North American Industrial Classification System Code is 541370, which has a size standard of $19,000,000 in average annual receipts. This Indefinite Delivery/ Indefinite Quantity (IDIQ) announcement is set-aside for 100% Small Business. Multiple Award Task Order Contracts (MATOCs) are anticipated, with a performance period of 5 years, with four negotiated rate escalations at each year after the initial first year. Each contract will not exceed $8,000,000 or five-year duration, whichever comes first. The minimum guarantee throughout the five-year contract is $5,000. Work will be issued by negotiated firm fixed price or level of effort task orders for Surveying, Mapping, and other related services. Responding firms must address each A-E Selection Criteria. If subcontracting, clearly indicate what part of scope the subcontractor will be performing. To be eligible for contract award, the firm must be registered in the Department of Defense System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. SF330 Due Date is 4 March 2024 at 1100 hours Central Standard Time. Questions cut-off date will be 19 February 2024 at 1100 hours Central Standard Time. 2. PROJECT INFORMATION: A-E Surveying and Mapping services are to be accomplished through Task Orders, which shall consist of the following tasks: a. FIELD TASKS: Topographic, planimetric, cadastral and control surveys including Global Positioning Systems (GPS) vertical surveys, automated hydrographic surveys including, overbank surveys and control surveys in rivers, bays, lakes, the Gulf of Mexico, navigation channels, along levees and other areas within the boundaries of the Mississippi Valley Division (MVD). A-E firms shall provide sufficient surveying field personnel, vehicles, equipment, and technical supervisory and administrative personnel to ensure expeditious completion of all task order assignments. b. OFFICE TASKS: Services shall include processing, analyzing, computing, and compiling the above types of surveys, creating digital elevation models, topographic maps, and other CAD/GIS products from collected data, researching titles, and preparing abstracts for servitudes, rights-of-way, etc., graphically depicting the survey data and certifying the resulting hard copy as a validity check. Use of industry standard survey data processing software, MicroStation CAD tools and ESRI GIS tools will be required for survey data deliverables. Data deliverables shall be required to comply with USACE Hydrographic, Topographic, and GPS Engineer Manuals and the USACE New Orleans District Minimum Survey Standards. The A-E shall be able to furnish all task order products and survey data via a secure File Transfer Protocol (FTP) (or equivalent) server. To be considered for selection, firms shall demonstrate experience in the services stated above, including hydrographic, topographic, and planimetric surveys� using a variety of methods, including but not limited to: total station and data collector, Gulfnet VRS, static and RTK GPS; have available at least one professional land surveyor registered in the state of Louisiana; have at least three 3-person conventional survey parties; one 2-person hydrographic survey party, and one 2-person Global Positioning System (GPS) survey party capable of performing various types of GPS surveys. The A-E shall demonstrate professional qualifications necessary for satisfactory performance of required services. The evaluation will consider the education, training, licensing, certification, and professional registration of the individuals making up the assembled team. The evaluation will consider overall relevant experience as well as longevity in the discipline and the firm. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) thru (d) are primary. Criteria (e) is secondary and will be used only as tiebreakers among technically equal firms. PRIMARY CRITERIA: a. Specialized Experience and Technical Competence: Submittal must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five years in the types of services specifically indicated above in paragraph 2. ""PROJECT INFORMATION"", to include hydrographic surveying, conventional topographic surveying, and GPS Surveying, both static and RTK. b. Professional Qualifications: The submittal must identify the qualifications of personnel in key disciplines, typically: (1) Professional Land Surveyors, with State of Louisiana licensing, (2) GIS Professionals (3) Cartographers, (4) Civil Engineers and (5) Survey, CAD, GIS, photogrammetric and/or engineering technicians. Demonstrate professional qualifications necessary for satisfactory performance of required services. The evaluation will consider the education, training, licensing, certification, overall and relevant experience, and longevity with the firm. c. Knowledge of Locality: Submittals must demonstrate familiarity with the New Orleans District's area of operation and have experience in confronting south Louisiana�s unique surveying challenges. d. Capacity: Submittals must demonstrate the capability to perform at least two task orders simultaneously within prescribed schedules. A prime must be capable of performing more than 50% of the assigned task order work throughout the contract. The evaluation will consider the firm�s experience with similar size projects, to include experience of companies working together with identified sub-contractors and/or between any joint venture partners or consultants. The evaluation will also consider the firm�s availability of an adequate number of personnel in key disciplines to complete a mix of task order types within normal schedules. The evaluation will consider the key persons identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II. e. Past Performance: Past performance of the A-E, joint venture partners, and key subcontractors on Department of Defense and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from Contractor Performance Assessment Reporting System and other sources. SECONDARY CRITERIA: f. Geographic Proximity: The location of the firm, or firms, and its survey crews' stationing, with primary responsibility for the contract with respect to time and distance to the New Orleans District headquarters. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit five printed copies and one electronic copy (CD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than 1100 hours Central Standard Time on the closing date of this announcement. The six evaluation criteria listed above must be addressed in the appropriate sections of the SF330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Include the firm's EIN Number in Block 4 of the SF330. The evaluation factors listed above must be addressed in the appropriate sections of the SF330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. The SF330 Part I shall not exceed 100 pages (8.5 x 11-inch sheets), including no more than 50 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than point size 11. Any pages greater than 100 pages in Part I will not be evaluated. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: �http://www.gsa.gov/portal/forms/type/TOP. Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineers, New Orleans District, Attn: Bianca M. James Gaddison, Room 172, 7400 Leake Avenue, New Orleans, LA 70118-1030. Refer to Announcement No. W912P824R0016.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ea221493d5d4a769616f4ff218deb8f/view)
 
Place of Performance
Address: New Orleans, LA 70118, USA
Zip Code: 70118
Country: USA
 
Record
SN06952019-F 20240203/240201230038 (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.