Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2002 FBO #0271
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity (IDIQ) Surveying, Mapping and Related Services Within The Limits Of The New Orleans District

Notice Date
8/28/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans-Civil Works, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
DACW29-02-R-0029
 
Response Due
9/30/2002
 
Archive Date
11/29/2002
 
Point of Contact
Sheila Enclade, 504-862-1514
 
E-Mail Address
US Army Engineer District, New Orleans-Civil Works
(sheila.w.enclade@mvn02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a 100% Small Business Set Aside Procurement. 1. CONTRACT INFORMATION: AE Services are required for two (IDIQ) contracts for A-E services for the subject activities each not to exceed $1,000,000 per contract period, with two option periods, each no t to exceed $1,000,000 per option period. The base period and each option period shall not exceed one year each. The initial contract will be awarded on or about April 2003. The other contract will be awarded on or about June 2003. The Government will a ward fixed price task orders between the contractors using the following criteria: the performance and quality of deliverables under the current indefinite delivery contracts, current capacity to accomplish the task order in the required time and equitabl e distribution of work among the contractors. 2. PROJECT INFORMATION: The services required under this contract include the following: FIELD ASSIGNMENTS: include topographic, planimetric, cadastral and control surveys including GPS vertical surveys which c onform to the NGS specifications for Blue-Booking, setting staff automated gages, automated hydrographic surveys, overbank surveys and control surveys in rivers, bays, lakes, the Gulf of Mexico, navigation channels, along levees and other areas within the New Orleans District. A Differential Global Positioning System (DGPS) will be used in making hydrographic surveys. Offerors shall have the capability (internal or external) of using both multi-beam bathymetric and single transducer with (dual frequency) technology to obtain hydrographic surveys. Offerors shall have the capability (internal or external) of using Light Detection and Ranging (LIDAR) to obtain topographic surveys, OFFICE ASSIGNMENTS: All survey data shall be furnished on Compact Disks (CD) an d have the capability to store data on a File Transfer Protocol (FTP) Server. Deliverables shall include hard copy plots complying with the Tri-Services Spatial Data Standards (SDS) of completed surveys certified by a registered professional land surveyor . Services also include computing and compiling the above types of surveys, LIDAR data collection and processing, creating LIDAR derived digital elevation models and products, 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. Offerors shall provide sufficient surveying vehicles and equipment and sufficient technical supervisory and administrative personnel to ensure expeditious c ompletion of all task order assignments. To be considered for selection, offerors shall: Demonstrate experience in the types of services stated above including hydrographic surveys with DGPS equipment and multi-beam bathymetric systems and topographic sur veys with a LIDAR system, total station and data collector, and RTK GPS system; have available at least one professional registered land surveyor and one abstractor; have at least five 4-person survey parties; three 2-person hydrographic survey parties, an d two 4-person Global Positioning System (GPS) parties capable of performing various types of GPS Surveys; and to be capable of employing total stations with data collection systems. 3. SELECTION CRITERIA: See note 24 http://www.eps.gov/Numbered_Notes.h tml for general selection process. The selection criteria in descending order of importance are: a. Specialized Experience and Technical Competence in the type of work required to include Multi-Beam and automated single transducer DGPS surveys, conventi onal, total station and data collector, GPS Surveys, and Lidar surveys; (Firm and Key Personnel) and Knowledge of the Project Area; b. Capacity in Personnel and Equipment to accomplish the services in the required time and to furnish at least the minimum number of personnel stated above; c. Past Performance on DOD contracts with respect to cost control, quality of work and compliance with performance schedules; d. A Quality Control Plan outline sufficient to demonstrate a program that ensures delivery of a quality product; e. Professional Qualifications necessary for satisfactory performance of required services; f. An outline sufficient to demonstrate an accep table Safety Plan and an indication of Safety Performance (number of hours lost per 100,000 man-hours). 4. SUBMISSION REQUIREMENTS: See note 24 (Same As Above) for general submission requirements. Offerors, meeting the requirements in this announcement, ar e invited to submit five copies of their SF 254 and 255, including those for subcontractors and consultants, within 30 days of this publication. If the 30th day is a Saturday or Sunday, or a Federal Holiday, the due date is the close of the next business day. Include the firm’s ACASS and DUNS number in SF 255, Block 3b. For ACASS information, see Internet site HTTP://WWW.HQ.USACE.ARMY.MIL/cemp/e/es/acassweb, or call (503) 362-3459. The six evaluation factors listed above must be addressed in Block 10 o f the SF 255 (11/92 edition), SF 254 and any other pertinent information. This is not a Request for Proposal. Solicitation packages are not provided. Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineer s, New Orleans District, Attn: Sheila W. Enclade , Room 172, 7400 Leake Avenue, New Orleans, LA 70118-1030. Refer to Announcement No. DACW29-02-R-0029. Point of contact is Sheila Enclade, Telephone: 504-862-1514, FAX: 504-862-2889, E-mail sheila.w.encla de@mvn02.usace.army.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA29/DACW29-02-R-0029/listing.html)
 
Place of Performance
Address: US Army Engineer District, New Orleans-Civil Works ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00152759-F 20020830/020828221119 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.