Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2002 FBO #0329
SOLICITATION NOTICE

C -- A-E SERVICES FOR TOPOGRAPHIC, GEODETIC, PROPERTY/BOUNDARY, AND CONSTRUCTION SURVEYS MAINLY WITHIN THE STATE OF FLORIDA, PUERTO RICO AND THE U.S. VIRGIN ISLANDS.

Notice Date
10/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
DACW17-03-R-0004
 
Archive Date
1/24/2003
 
Point of Contact
Sara Pines, 904-232-2083
 
E-Mail Address
Email your questions to U.S. Army Engineer District, Jacksonville - Civil Works
(Sara.D.Pines@SAJ02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA A-E SERVICES FOR TOPOGRAPHIC, GEODETIC, PROPERTY/BOUNDARY, AND CONSTRUCTION SURVEYS MAINLY WITHIN THE STATE OF FLORIDA, PUERTO RICO AND THE U.S. VIRGIN ISLANDS. SOLICITATION: DACW17-03-R-0004. Contract Specialist Name and Phone No : Sara D. Pines, 904-232-2083. Technical POC: Luis R. Miranda, 904-232-3823. This solicitation is set aside for small business firms only. Up to two contracts may be awarded from responses to this announcement. The contracts will be Indefinite Delivery, Indefinite Quantity contracts for a period of one year from the date of award , with options to extend for four additional years. The contract will not exceed a total of five years. The Government reserves the right to exercise the contract option periods before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or is nearly exhausted. Work will be assigned by negotiated task orders. Maximum order limits are $1,000,000 for each contract year and $1,000,000 per task order. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. Additionally, the contract may be used to provide services within the geographic boundaries of the So uth Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among the contracts include performance and qu ality of deliverables under current contracts, current capacity to accomplish the order in the required time, uniquely specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: The work will consist of utilizing the latest technology in surveying for the performance of the following type of surveys: topographic, planimetric, cadastral/boundary, right-of-way, construction/route alignment and layout, dredged quantity measurement/paym ent, channel condition, tidal demarcation/zoning, beach nourishment, structural site plan detail, structural deformation monitoring, geodetic control, subsurface acceptance/clearance sweeps, and subsurface probing.The contractor shall furnish all equipment , land/floating plant, instrumentation, supplies and personnel to accomplish required services and provide the Government with completed maps, tracings, plats, computations, reports, disks, etc. to document work performed. Two survey crews will be require d to support the contract. The Chief of Survey Section may require additional crews. FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in large scale surveying/mapping, data processing, and related drafting for detailed design and construction of major engineering proj ects, construction layout and alignment surveys, and boundary, property, mean high water (tidal) demarcation and ordinary high water demarcation surveys; surveys of surface/subsurface detail on beaches, levees, canals, breakwaters, groins, embankments, and other similar structures, and horizontal and vertical geodetic control surveys. 2. SIZE AND EXPERTISE OF STAFF: Firms must have an adequate number of qualified surveying and computing personnel including a Registered Land Surveyor in Florida or Puerto Rico as applicable, field party chiefs, instrument men, rodmen, CADD draftsmen, and computer persons. All drawings to be reviewed and certified by a Professional Land Surveyor registered in Florida or Puerto Rico as applicable. 3. SOFTWARE AND EQUIPMENT : Firms shall have the capacity to process and provide digital surveying and mapping data that are readable and fully operational in MicroStation/J and MicroStation V8, InRoads SelectCAD, Hypack, and GeoDAS softwa re as applicable. All GPS data (static, kinematic, RTK, etc.), in its native format, must be compatible with GrafNav/GrafNet software (or in the process of being integrated into GrafNav/GrafNet). Firms must have full time availability of necessary equipm ent to accomplish required work, including, but not limited to, dual-frequency Global Positioning equipment with NGS calibrated antennas (i.e., phase centers modeled and published at www.ngs.noaa.gov/ANTCAL/), fixed-height tripods, 1 second theodolites, di gital data collectors, levels, electronic distance measurement instruments, 1 second electronic total station devices, computational and plotting equipment capable of plotting an ?F? sized drawing, airboat, all terrain vehicles (ATVs), marsh-buggy, as well as digital cameras, and cell phones. Firms must be capable of submitting all data sets on CD ROM with the means to provide datasets on DVD if requested. Firms must own and operate a dedicated FTP server with a dedicated high-speed line capable of trans ferring large data sets and image files. Any additional specialized remote-sensing sensors owned and operated by a firm, (e.g., side scan sonar, magnetometer, acoustic doppler current profiler, sub-bottom profiler, LIDAR, laser scanner, etc.) should be in cluded in the submittal with sufficient information to demonstrate expertise. Demonstrate expertise in GIS field operations and ESRI software, with the pertinent equipment and software being included in the itemized list. The SF 255 submitted shall inclu de an itemized equipment and applicable software list containing all pertinent information regarding each item, such as manufacturer, model, version, license, ownership (explicitly state name of firm or leasing company), maintenance agreement, etc. Firms must state a willingness to update software and equipment as required throughout the duration of the contract. 4. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued. 5. PAST PERFORMANCE: Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information for current relevant contracts and subcontracts including the name, address, and tele phone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as ?information that has a logical connection with the matter under consideration and application time span?.). Pertinent issues are ability to m eet established schedules, ability to accomplish work within budgetary limitations and quality of the delivered product. Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed . Past DOD experience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized to obtain performance evaluations on prior contracts. Firm may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts. Firm may also include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 6. . GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the worksite (considered the State of Florida) and demonstrating local knowledge of real property surveying and county courthouse platting procedures within the State of F lorida will be given preference. 7. VOLUME OF DOD CONTRACTS AWARDED: Work previously awarded to the firm by the Department of Defense, will be reviewed with the objective of effecting equitable distribution of work among qualified A/E firms. SUBMISSION REQUIREMENTS: Firms, which meet requirements described in this announcement and wish to be considered, must submit o ne copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, incl uding consultants, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member?s role on each listed project (architect, projec t manager, etc.). Submittal of supplemental attachments to SF 255 per evaluation factors 1-5 is strongly recommended. Submittal package is to be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on 25 November 2 002. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors th at have not registered. (The CCR?s web site may be accessed at http://www.ccr.gov). Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. Your attention is dir ected to FAR 52.219-14, Limitations on Subcontracting, which will be included in the contract and which states in part: ?At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern.? The NAICS co de is 541370, with a small business size standard of $4M. Response to this announcement should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engi neers, ATTN: CESAJ-EN-T, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal. Firms may post their name/address on the web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint vent ures. However, copies of the listings of firms will not be provided. See our Web Page: https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp
 
Place of Performance
Address: U.S. Army Engineer District, Jacksonville - Civil Works P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN00194100-W 20021027/021025213428 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.