Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2002 FBO #0364
SOURCES SOUGHT

C -- C-Indefinite Delivery Contract for Hydrographic Surveying Services

Notice Date
11/29/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Philadelphia - Civil Works, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
DACW61-03-R-0005
 
Archive Date
3/3/2003
 
Point of Contact
Lane Gary, 215-656-6776
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia - Civil Works
(Lane.M.Gary@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for Hydrographic Surveying Services. The contract will be for a period not to exceed one year with options for two additional t welve (12) month periods. The fee for any one task order cannot exceed $400,000.00 with the cumulative amount of all task orders in either the base period or in each of the two option periods estimated to be about $700,000.00. The cumulative amount of al l task orders for the base and option periods shall not exceed $2,100,000.00. Options may be awarded based on value or time at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: Work will normally be conducted within the civil works geo graphic boundaries of the Philadelphia District, including, but not limited to the Delaware River and Bay and their tributaries in New Jersey, Pennsylvania and Delaware, the Chesapeake and Delaware Canal and the coastal regions of New Jersey and Delaware. Work outside the District?s civil works boundaries may be required. The primary work under this contract is hydrographic survey work, which is to be performed in accordance with surveying procedures as outlined in U.S. Army Corps of Engineers Hydrograph ic Surveying Manual, EM 1110-2-1003, dated 1 January 2002. The contractor must provide information that all vessels are safe, suitable and meet U.S. Coast Guard requirements and are available and will be used for operations in the waters where the referenc ed surveys are to be conducted and that qualified and experienced staff are available and will be utilized to operate the vessel and related surveying equipment. The selected contractor must have the ability to furnish and use state-of-the-art electronic data collection equipment, including Differential Global Positioning and the ability to post process collected data into the required digital formats including but not limited to AutoCAD-14 and ARC/INFO. The selected contractor shall have documented exper ience in the following surveying applications, which is typical of the work required under this contract: (1) Single transducer hydrographic surveys, utilizing industry standard depth recorders at both high and low frequencies; (2) All modes of GPS, which shall include code, carrier, RTK2 and OTF procedures and post processing; (3) Multi-beam Sweep Surveys; (4) Side scan sonar surveys; (5) Bottom sampling, testing and analysis; (6) Magnetometer Surveys; (7) Environmental monitoring surveys and studies; (8) Wreck and underwater obstruction/site investigations; (9) Beach profile surveys utilizing state-of-the-art methods; (10) Jetty/groin surveys; (11) Topographic survey capabilities to augment hydrographic surveys; (12) Overbank surveys; (13) Hydrological/hy draulic surveys/studies; (14) Monitor dredge disposal sites; (15) 40-hour OSHA training for work for HAZMAT sites. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience (demons trated minimum of 3 years) in hydrographic surveying procedures and related work, as outlined above under Project Information; (2) Professional qualifications of the available staff necessary for performance of the services (have either a current land sur veyor?s license or professional engineer?s license). The evaluation of professional qualifications will consider education, training, professional registration, organizational certifications, overall relevant experience and longevity with the firm. (3) Cap acity of the firm to accomplish multiple task orders within time and cost limitations; (4) Past performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from considerat ion; (5) Location of the firm in the general geographic area of the district and knowledge of the locality of the project will be a secondary selection criteria element provided a sufficient number of qualified firms respond to this announcement; (6) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage o f the estimated effort. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan which will be enforced through the life of the contract. The district reserves the right to terminate negotiatio ns with firms that do not respond to Government requests for proposals, information, documentation, etc. 4. SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all Corps of Engineers as well as Department of Defense work f or the 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 254 and SF 255 revised 11/92 for the prime firm and SF 254 for each cons ultant, to U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, Room 702, 100 Penn Square East, Philadelphia, PA 19107-3390, ATTN: Robert M. Bencal, not later than the close of business on the 30th day after the published date of the a nnouncement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. Include your ACASS number in block 3b of the SF 255. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. All Contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award . All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://ccr.dlsc.dla.mil or you may call 1-888-227-2423. This is not a request for proposals. No other notification to firms for this project will be made. LINDA M. TOTH Chief, Contracts Branch
 
Place of Performance
Address: US Army Engineer District, Philadelphia - Civil Works 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00212991-W 20021201/021129213231 (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.