Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2002 FBO #0061
SOLICITATION NOTICE

T -- Indefinite Delivery Contract for Surveying and Mapping Services to Support the Mobile District and South Atlantic Division

Notice Date
1/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Mobile - Civil Works, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACW01-02-R-0014
 
Response Due
3/14/2002
 
Archive Date
4/13/2002
 
Point of Contact
Sonya White, (251) 441-5582
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Civil Works
(sonya.m.white@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract for Surveying and Mapping Services to Support the Mobile District and South Atlantic Division. This announcement is open to all businesses regardless of size. The contract will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed up to $1,000,000 for each contract period. (If the $1,000,000 limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exerci sed). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with sm all and small disadvantaged firms. 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 subcontracting goals for thi s contract are as follows: a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), 5% be placed with women-owned small businesses (WOSB), 3% be place d with service-disabled veteran-owned small businesses (SDVOSB) and 2.5% be placed with HUBZone small businesses (HZSB). The subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing und er these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 54137 0 (previous SIC code was 8713). PROJECT INFORMATION: The selected firm will be required to perform surveying and mapping services. Some of the services are of the following types: Select and evaluate existing monuments for stability, siting and intervisi bility; write digital descriptions, set airport control stations; establish control by high accuracy GPS; process data from GPS observations; provide written reports with diagrams, sketches, tables, photographs; prepare data for incorporation into the Nati onal Geodetic Survey Database using the NGS bluebook (Input Formats and Specifications of the National Geodetic Survey Data Base, FGCS, volumes I - III, 1994) and photogrammetry. The firm shall have the capability to provide digital surveying and mapping d ata that is readable and fully operational on a CADD system with operating software in Intergraph MicroStation J and AutoCAD 2000. Delivery of files must be made on CD-ROM or an FTP site. The majority of the work will be located within the State of Alaska ; however work may be located in other locations assigned to the Mobile District and South Atlantic Division. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general selection process. The selection criteria a re listed below in descending order of importance. Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in- house or through consultants, the following disciplines: (1) Project Managers; (2) GPS Party Chiefs; (3) CADD Specialist; (4) Photogrammatrist; (5) Pilot. The e valuation will consider education, registration, and relevant experience in the type work required. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discip line nomenclature as is used in this announcement; B. Specialized Experience and Technical Competence in: (1) Experience with GPS surveying in Alaska and/or other extreme cold regions; (2) Experience with B Order GPS services; (3) Experience setting stabi lity quality code B monuments; (4) Experience with performing survey work at airports with knowledge of airport protocol, airfield markings and coordination with airport officials; (5) Experience preparing data with the NGS bluebook and acceptance of that data; (6) Experience using WDDPROC software (descriptions); (7) Experience with GPS software programs PAGES and ADJUST; (8) Experience flying aerial photography in Alaska and/ or other extreme cold regions; (9) Photogrammetric services including airworthy aircraft, currently certified precision aerial camera and airborne GPS capabilities for aircraft navigation and photo control; (10) Experience flying airport and shoreline photography; (11) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to field as many as ten (10) GPS receivers with personnel to operate the receivers and process the data; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geo graphic location with respect to Alaska; F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the Commerce Business Daily for general submission requirements. Interested Architect-Engineer firms having the capabil ities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one (1) completed copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602-3630; or P.O. Box 2288, Mobile, AL 36628-0001. The SF 255 and SF 254's are to be submitted even if they are currently on file. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 14 March 2002. Regulation requires that the Selection Board no t consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after the closing date of this announcement. In Block 2b of the SF 255 include RFP Number and in Block 3a list two (2) p rincipal contacts of firm. In Block 3b include the ACASS number of all the participating offices that are proposed to perform work. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 50 3-808-4591. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must i ndicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. Response to Block 10 is limited to 25 single-sided pages. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 2 April 2002. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will b e conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. The Selection Board chairperson will notify, in writing, all firms of their selection status within 10 days after approval of the selection. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, Mobile - Civil Works P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN20020201/00020665-020130210330 (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.