Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
SOURCES SOUGHT

C -- INDEFINITE DELIVERY CONTRACT FOR HYDROGRAPHIC SURVEYING IN SUPPORT OF VICKSBURG DISTRICT?S MAINTENANCE DREDGING PROGRAM.

Notice Date
1/28/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Vicksburg-Civil Works, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
DACW3802A0001
 
Response Due
3/1/2002
 
Archive Date
3/31/2002
 
Point of Contact
ELIZABETH KELLEY, 601-631-5764
 
E-Mail Address
Email your questions to US Army Engineer District, Vicksburg-Civil Works
(elizabeth.j.kelley@mvk02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA CONTRACT INFORMATION: Due: March 1, 2002. POC: Laura Cespedes, 601-631-5575. . One contract will be negotiated and awarded, with a base period and two option periods. The option may be exercised at any time upon the exhaustion of funds during the curre nt period. The contract is scheduled for award in June 2002. The work will be accomplished within the Vicksburg District, but may be in contiguous districts. This announcement is set aside for small business. 2. PROJECT INFORMATION: Professional servic es are required in connection with Automated Hydrographic Surveying in support of the Vicksburg District Maintenance Dredging at various locations primarily within the limits of the Vicksburg District but may include adjacent Districts. Automated line-of- site and/or Real-Time Differential GPS Surveys will be required on the Mississippi River, its tributaries, and smaller streams and associated harbors. Work will be accomplished under an indefinite delivery contract not to exceed $400,000. 3. PRESELECTION CRITERIA: Preselection will be based on the following criteria, which are of equal importance: A. The firm (either in-house or through association with a qualified consultant) must demonstrate (via submissions with response to synopsis) recent (within tw o years) experience in automated line-of-sight hydrographic surveying and/or Real-Time Differential GPS Hydrographic Surveying. B. Firm must demonstrate the capability to provide routine work in a timely, professional manner and in a format consist with Corps of Engineers drafting and surveying standards by submission of examples of completed work. C. Firm must clearly demonstrate the capability to furnish a minimum of two complete and independent automated line-of-sight hydrographic survey parties and/ or Real-Time Differential GPS Surveying Parties with all necessary equipment and supplies, including boat. D. Firm must clearly indicate the capability in writing or though demonstration, if required, to respond on short notice (less than 8 hours) to eme rgency dredging requirements. This includes travel to the job site, completion of field-work, field plotting of information, and setting of survey control points for dredge alignment as directed. 4. SELECTION CRITERIA: Selection will be based on the fol lowing criteria, which are in descending order of importance with A and B being of equal value. Criteria A through E are primary; criteria F through H are secondary and will only be used as tie-breakers if necessary. A. Specialized Experience, with sub- factors in descending order of importance: (1) Firm must have prior recent (within two years) experience in automated line-of-sight hydrographic surveying and Real-Time Differential GPS Hydrographic Surveying in streams ranging in size from the Mississipp i River to small creeks, oxbows, and canals. (2) Firm must have prior recent (within two years) experience in topographic, construction, and maintenance dredging surveys. (3) Firm must have prior recent (within two years) experience in horizontal and ver tical control surveys. B. Capacity, with sub-factors in descending order of importance: (1) Firm must clearly demonstrate the ability to respond to emergency dredge alignment survey requirements which may require commencement of field work on less than 8 hours notice, onboard and/or real-time plot of unedited data, analysis of plotted/graphed/printed data, setting of dredge alignment points with determination of coordinates, and may require submittal of final plotted survey within 24 hours of completion of field work. (2) Firm must clearly demonstrate the accuracy and speed of data collection, editing, processing, plotting, and output of final submission. (3) Firm must clearly demonstrate the availability of all incidentally required equipment such as t ools, markers, stakes, paint, boats, vehicles, spare units, etc. C. Professional Qualifications, with sub-factors in descending order of importance: (1) Firm must have at least one registered land surveyor. (2) Firm must delineate the capability, background, and experience of the key personnel within the firm who will be responsible for the administration of the contract and should indicate the ability to insu re the successful performance of the work required. (3) Firm must clearly demonstrate the availability of adequate numbers of experienced personnel to perform the various tasks associated with automated line-of-sight hydrographic surveys, Real-Time-Differ ential GPS Surveys, and with dredge alignment surveys. D. Past Performance, with sub-factors in descending order of importance: (1) Consideration will be given to ratings on previous DOD contracts. (2) Consideration will be given to the performance of fi rms that have experience with other DOD organizations in the type of work required under this contract and work of similar nature, complexity, and difficulty. E. Knowledge of the Locality Consideration will be given to familiarity with the waterways of the Vicksburg District. F Geographic proximity to Vicksburg, Mississippi. G DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. H. Extent of participation of SB, SDB, historically black colleges and universiti es (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture pa rtner, the greater the participation, the greater the consideration. In the final selection process, the most highly qualified firms will be interviewed and will have to demonstrate the ability to perform to satisfaction of the Vicksburg District. 5. SUB MISSION REQUIREMENTS: Interested firms must send one copy of SF 255 (11/92 edition) for the prime and consultants and one copy of SF 254 (11/92 edition) for the prime and one copy of each consultant's SF 254 (11/92 edition) to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services (CEMVK-ED-CE) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. All telephone calls should be directed to Ms. Laura Cespedes 601-631-5575. This is not a Request for Proposal. A fee proposal will be requested at a later date. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer and Related Servic es Questionnaire for Specific Project, when requested, and (3) any requested supplemental data to the procurement office shown. Firms having a current Standard Form 254 on file with the procurement office shown are not required to register this form. Firms desiring to register for consideration for future projects administered by the procurement office (subject to specific requirements for individual projects) are encouraged to submit annually, a statement of qualifications and performance data, utilizing S tandard Form 254, Architect-Engineer and Related Services Questionnaire. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of fi rm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services r equired, will be chosen for negotiation. Selection of firms for negotiation shall be made through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services req uired, that include: (1) professional capabilities; (2) specialized experience and technical competence, as required; (3) capacity to accomplish the work in the required time; (4) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (5) geographical location and knowledge of the locality of the project, provided that application of the criterion l eaves an appropriate number of qualified firms, given the nature and size of the project; (6) any other special qualification required under this announcement by the contracting activity. In addition to the above qualifications, special qualifications in t he Department of Defense include the volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including small and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts. Information submitted should be pertinent and specific in the technical area under consideration, on each of the following qua lifications: (1) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development effort; (2) Personnel: Name, professional qualifications and specific experience of scientist, eng ineers and technical personnel who may be assigned as a principal investigator and/or project officer; (3) Facilities: Availability and description of special facilities required to perform in the technical areas under consideration. A statement regarding industry security clearance. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, Vicksburg-Civil Works ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN20020130/00019434-020128210317 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.