SOLICITATION NOTICE
C -- Architect-Engineer Revetment Maintenance Surveys Contract for the Mississippi, Atchafalaya, and Red Rivers and Old River Control Channels within the Boundaries of New Orleans District
- Notice Date
- 3/31/2025 7:26:43 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
- W912P825R0006
- Response Due
- 4/2/2025 9:00:00 AM
- Archive Date
- 04/17/2025
- Point of Contact
- Veronica F. Garner-Flint, Phone: 5048621515, Cori A. Caimi, Phone: 5048621352
- E-Mail Address
-
Veronica.Garner-Flint@usace.army.mil, Cori.A.Caimi@usace.army.mil
(Veronica.Garner-Flint@usace.army.mil, Cori.A.Caimi@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Description CONTRACT INFORMATION: Interested firms shall respond by submitting a Standard Form (SF)330, listing their qualifications in accordance with the instructions below. This is not a Request for Proposal. The resulting contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiations based on demonstrated competence and qualifications for the required services. North American Industrial Classification System Code is 541370, which has a size standard of $19,000,000 in average annual receipts. This announcement is set-aside for 100% Small Business. The resulting contract will be Firm Fixed Price type contract. Contract award shall be made consisting of a 12-month base period plus four option periods of 12-months each. Responding firms must address each A-E Selection Criterion and clearly indicate which shall be subcontracted. To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. The SF330 due date is March 31st, 2025, no later than 1100 hours Central Time. The cutoff date for questions pertaining to this announcement will be 7 days after the posted date, not later than 1100 hours Central Time. PROJECT INFORMATION: The New Orleans District requires hydrographic and topographic surveys using Global Navigation Satellite Systems (GNSS), Differential Global Positioning Systems (DGPS), Real-Time Kinematic (RTK) systems, Virtual Reference Station (VRS) systems, and automated sounding systems for its revetment surveys at selected locations on the Mississippi, Atchafalaya, and Red Rivers and Old River Control Channels. Surveys of the existing revetments shall consist of multibeam surveys of over 362 miles of riverbank at 85 sites on the Mississippi River, and approximately 65 miles at 41 sites on the Atchafalaya River, approximately 4 miles at 3 sites on the Red River and approximately 5 miles at 3 sites on the Old River Control Channels. Firms must indicate capability of using both multibeam bathymetric and single-beam transducer technology to obtain hydrographic surveys with emphasis on multibeam surveying capability. Firms must also indicate capability to collect vessel mounted and terrestrial LiDAR survey data for overbank portions of the sites. Firms must have available at least one professional registered land surveyor that is licensed in the State of Louisiana; have at least one 3-person conventional survey crew; one 2- person hydrographic survey crew, and one 2-person GNSS crew capable of performing various types of GNSS surveys. No matter how the data is obtained, data shall be edited and processed in XYZ ASCII file format and submitted by an electronic file transfer system specified by the Government. All multibeam and LiDAR data shall be edited and thinned to a 2x2-foot grid file. Additionally, all raw and edited data shall be compressed and transmitted by an electronic file transfer system specified by the Government. CADD and/or chart deliverables shall be furnished in a format that is 100% compatible with the latest version of the New Orleans District�s MicroStation CADD system. 3. SELECTION CRITERIA: To be considered for selection, firms shall demonstrate experience in the various systems and services stated in paragraph 2 of this announcement. The selection criteria are listed in descending order of importance below. Criterion A through E are primary. Criterion F is secondary and will only be used as a ""tie-breaker"" among firms that are technically equal. 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 (5) years in the types of services specifically indicated in paragraph 2 of this announcement, including but not limited to, automated single transducer hydrographic surveying, multibeam hydrographic surveying, conventional surveying, and GPS surveying, both static and real time kinematic. b. Professional Qualifications: The submittal must identify the qualifications of personnel in the following representative disciplines and any other offered disciplines: Registered Professional Land Surveyor, to include State of Louisiana licensing Engineering, Surveying, and CADD technicians Certified Hydrographer Certified Survey Technician (CST) certifications The submittal must 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 knowledge of vertical time dependent positions, and changes in vertical datums and epochs unique to the New Orleans District�s area of operations and have experience in confronting south Louisiana�s unique surveying challenges. d. Capacity to Accomplish the Work: The prime, or the firm meeting the small business requirements in a joint venture partnership, must be capable of performing more than 50% of the assigned work during any fiscal year throughout the contract and have available at least one professional registered land surveyor that is licensed in the State of Louisiana; at least one 3-person conventional survey crew; one 2-person hydrographic survey crew, and one 2-person GNSS crew capable of performing various types of GNSS Surveys. Mentor-prot�g� joint ventures shall follow Code of Federal Regulations 13 CFR 125.8 and 13 CFR 125.9 for joint venture agreement and performance of work contribution requirements. Experience and capabilities of the prime will carry greater significance in ranking than that of joint venture partners, consultants, subcontractors and/or free-lance associates. For a joint venture, the experience and capabilities of each joint venture member will be weighted equally. The evaluation will consider the past collaborative experience of the prime firm, including any joint venture partners or consultants, in similar projects, and the availability of an adequate number of personnel in key disciplines to complete the revetment work 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: Submittals must address past performance on Department of Defense (DoD) contracts and other contracts with respect to quality of work, cost control and compliance with performance schedules. Evaluations will be based on Architect- Engineer Contract Performance Assessment Reporting System (CPARS) as well as rating information and other credible documentation included in the SF330 submittal to demonstrate past performance with respect to quality of product/service, cost control, compliance with performance schedules and business relations from the past five years. Performance evaluations for key joint venture partners, subcontractors, consultants and free-lance associates will also be considered. A firm�s Past Performance will be evaluated to determine how relevant and how well past performance efforts have been accomplished. Past Performance shall have occurred within the five (5) years prior to the closing date of this synopsis. The relevancy of Past Performance information will be based on similarities of the work in terms of complexity, scope and size to what is being acquired. Any credible information of Past Performance will be considered. Judgment will be exercised in seeking credible Past Performance information from other sources. (If no relevant Past Performance information is available on a firm, the firm will be given a neutral evaluation). SECONDARY CRITERIA: f. Geographical Proximity: The location of the firm and its survey crews� stationing, with primary responsibility for the contract with respect to time and distance to the New Orleans District headquarters. 4. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit five printed copies, one electronic copy (CD), and email to Veronica.Garner-Flint@usace.army.mil and Cori.A.Caimi@usace.army.mil one Standard Form 330 for the proposed team. Printed copies shall be delivered to the address below not later than 1100 hours Central Time on the closing date of this announcement. The five primary selection criteria and one secondary criterion listed in paragraph 3 above must be addressed in the appropriate sections of the SF330 for the prime contractor as well as all subcontractors joint venture partners, consultants, subcontractors and/or free-lance associates, and any other pertinent information. Include the firm's Unique Entity Identifier (UEI) in SF330, Block 4. The SF330 Part I shall not exceed 100 pages (8.5 x 11-inch sheets), including no more than 50 pages for Section H. Submittal exceeding this size will not be considered. Use font type no smaller than point size 11. 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/forms-library/architect-engineer-qualifications. Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineers, New Orleans District, Attn: Veronica Garner-Flint, Room 172, 7400 Leake Avenue, New Orleans, LA 70118-3651. Refer to Announcement No. W912P8- 25-R-0006. Contact Information Contracting Office Address KO CONTRACTING DIVISION 7400 LEAKE AVE NEW ORLEANS, LA 70118-3651 USA Primary Point of Contact Veronica Garner-Flint, Veronica.Garner-Flint@usace.army.mil Phone Number 5048621515 Secondary Point of Contact Cori A. Caimi, Cori.A.Caimi@usace.army.mil Phone Number 5048621352 UPDATED: See Revised Section d. Capacity to Accomplish the Work 2ND UPDATE: See Revised Section d. Capacity to Accomplish the Work. Changes are italized. Only resubmit the revision to the SF-330. This submission can be done electronically. If you plan to revise the SF-330, please contact the Contract Specialist (Cori Caimi). Submission has been extended to Wednesday, April 2, 2025 at 11:00am CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a96162be69c34d6489a0d2c9932b00ff/view)
- Place of Performance
- Address: New Orleans, LA, USA
- Country: USA
- Country: USA
- Record
- SN07391526-F 20250402/250331230044 (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 |