Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2002 FBO #0377
SOLICITATION NOTICE

C -- The Huntington District U.S. Army Corps of Engineers announces the following procurement for Architect Engineering Services. Point of Contact is Elizabeth D. Ward (304)529-5624.

Notice Date
12/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Huntington-Civil Works, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
DACW69-03-R-0006
 
Archive Date
3/14/2003
 
Point of Contact
Mary Ann Maynard, (304) 529-5736
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington-Civil Works
(Mary.A.Maynard@lrh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. Contract Information: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required w ork. ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR ENGINEERING FIELD SURVEYS AND RELATED SURVEYING SERVICES, PRIMARILY WITHIN THE HUNTINGTON DISTRICT?S MISSION BOUNDARY, BUT COULD INCLUDE SERVICES ANYWHERE WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION?S M ISSION BOUNDARIES. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnished and new line items included by modification. If multiple contracts are awarded the contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to acc omplish the order in the required time, uniquely specialized experience and equitable distribution of work among the contractors. The proposed services will be obtained by a negotiated Firm Fixed Price Contract(s). It is anticipated that two contracts may be selected for the Huntington District. Individual contracts may also be used to provide services within the Great Lakes and Rivers Division mission boundaries. Each indefinite delivery contract will be negotiated and awarded with a contract base perio d not to exceed one year, and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders not to exceed the base contract amount. The contract is anticipated to be awarded in May of 2003. North American Industrial Classification System (NAI Cs) code is 541370, which has a size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses, regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the req uirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. Quality Control Plans will also be required at the time of award. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. Project Information: Engineering Services will consist of horiz ontal and vertical control surveys, H.T.R.W. surveys, structural deformation studies, route surveys, quantity surveys, land surveys, construction layout surveys, hydrographic surveys, geodetic surveys, and real property surveys of Government-owned land tra cts, such as levees, reservoirs, or dredge disposal areas. This may be required to establish or re-establish corners, monuments and boundary lines, or for the purpose of describing fixed improvements, or platting or dividing parcels. These services will be used as necessary to support engineering studies to include design and construction, planning, operation and maintenance of navigation and flood control projects, real estate and emergency management activities for projects within the jurisdiction of th e selecting Districts and may be utilized for Division wide projects. The District and division boundaries are shown at http://www.usace.army.mil/inet/locations/bdry-pages/. All mileage computed in regard to a particular task order will be measured from the District office. Surveys require personnel and equipment necessary to obtain surveys of second and third order accuracy (NGS standards). Facilities must b e capable of producing topographic mapping that conforms to the National Map Accuracy Standards. Hydrographic survey capabilities must meet requirements of U.S. Army Corps of Engineers EM1110-2-1003 Hydrographic Surveying dated 31 October 1994. Hydrograp hic surveys shall use totally automated systems with the capability of positioning by use of a Differential Global Positioning System (DGPS). Firm(s) must also verify possession or ability to obtain backup (conventional/terrestrial) positioning systems in the event that satellite transmission for DGPS positioning is interrupted, blocked, or not available. Firms must be able to submit survey and mapping data in the formats requested by the government. These formats include, but are not limited to Geolab, M etadata, 3D-Microstation, CADD, AUTO-CADD, Hypack, Excel, and ASCII. The files may be requested on 3.5? floppy disk, zip disk, CD ROM, DVD, or electronic transfer. In addition to the above formats, firms must have e-mail capability for project updates, s tatus reports, file transfer abilities (FTP), etc. The government will only accept the final product, without conversion or reformatting, in the stated formats. Firms must have the capability of complying with the current U.S. Army Corps of Engineers man uals EM-1110-1-1003, EM-1110-1-1005, EM-1110-1-1004 & EM-1110-1-1002. Firms must also have the capability of complying with the Tri-Service Spatial Data standards. Firms must have the capability of using the Global Positioning system (GPS) for geodetic c ontrol surveys, in addition to conventional surveying mapping instruments suitable for the stated accuracies. Work may require using the metric system. A detailed list of survey instruments indicating age, technical specifications (indicating compliance w ith the NGS standards for second and third order survey accuracies) brand name, and mechanical condition of all instruments must be furnished. Firms must provide resume(s) of all key personnel as requested below, and a summary of the capability for perfor ming all surveying must be submitted. Item 4 of SF 255 shall identify personnel strength of the principle firm at the office where the work is to be accomplished. Additional personnel strength, including consultants, may be indicated in parentheses. No work will be performed under this contract by a sub-contractor unless that sub-contractor?s qualifications have been submitted on a SF 255 in conjunction with this announcement. Firms shall select their sub-contractors based on qualifications only, govern ed by the Brooks A-E Act. 3. SELECTION CRITERIA: Submittals will be evaluated against the general evaluation factors as follows listed in descending order of importance. Specific selection criteria (a) ?(d) being primary and (e) ? (g) being secondary is as follows and must be documented with resumes in the SF 255. Resumes shall indicate registration, certification, training and education of individuals proposed for this project. All work is to be performed under the supervision of a Registered Land Sur veyor or a Registered Civil Engineer. A. Specialized Experience and Technical Competence. Firms must indicate specialized experience and technical competence in: 1) Geodetic surveying utilizing least squares adjustments to establish horizontal and verti cal control for various surveying projects. 2) Topographic surveying capabilities using differential GPS and conventional surveying techniques. 3) Hydrographic surveying capabilities using differential GPS, acoustic, and conventional survey techniques. 4) Deformation Monitoring capabilities utilizing least squares adjustments to analyze survey measurements for accuracy and monitor movement of large structures. 5) Global Positioning Systems capabilities for geodetic, topographic and GIS data collection. 6) Indicate capability to perform LIDAR mapping and describe that capability. 7) Ability to collect digital data for planimetric and topographic features, D TM, DEM, data collection and manipulation of terrain data. 8) Cadastral surveying capabilities to re-establish, monument and sub-divide parcels, easements and right-of-ways in accordance with state and local requirements. 9) GIS-data development and syst em design compatible with the National Spatial Data Transfer Standards (SDTS). 10) H.T.R.W. capabilities to perform level B through level D H.T.R.W. surveys. 11) Route surveys. 12) Construction surveys. B. Professional Qualifications, Including Personn el Strength and Equipment Availability. 1) Personnel Strength. Firms must provide resumes that indicate the professional qualifications necessary for satisfactory performance of the required services in each field for the following individuals. Supervisor y Professional Land Surveyor or Professional Civil Engineer with the ability to perform surveys in the following states: West Virginia, Virginia, Ohio, Kentucky and North Carolina. Resumes identifying education, training and/or certification are also req uired for the following individuals: Geodosist / GPS technician, civil engineer / surveying technician, CADD operator / Draftsperson and a minimum of four groups, with a preference of six groups, of 3-person (party chief, instrument operator and rodman) su rvey parties are required. 2) Equipment Availability: Firms must provide a list of equipment including: Total Stations, GPS receivers (Geodetic and GIS quality), Automatic Levels, Boats, Digital Fathometers, Computer software and H.T.R.W. equipment. 3) O ne survey party must have H.T.R.W. field capability and current certification. C. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of quali fied personnel.. D. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules as determined from ACASS and other sources. E. Geographical Proximity: L ocation of the firm in the general geographical area of the Huntington District headquarters. F. Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12-months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. G. SB and SDB Participation: Extent of participation of small businesses (including woman-owned), small disadvantaged businesses, historically black colleges and universities (HBCU), and mi nority institutions (MI) in the proposed contract team, measured as a percentage of the total estimated effort. In addition, a brief Design Management Plan including an explanation of the firms? management approach, management of subcontractors (if applic able), quality control procedures and an organizational chart showing the interrelationship of management and various team components (including sub-contractors) must be shown in paragraph 10 of the SF 255. 4. SUBMITTAL REQUIREMENTS: Interested firms ha ving the capabilities to perform this work must submit two copies of SF255 (11/90 edition), and two copies of SF 254 (11/92 edition), for the prime firm and all consultants, to the above address not later than the close of business January 13, 2003. Inclu de the firm?s ACASS information in SF 255, Block 3B. For ACASS information, call 503-808-4590. This is not a request for proposals. Solicitation packages are not provided!! The Contract Specialist is Elizabeth D. Ward, Elizabeth.D.Ward@Lrh01.usace.army .mil.
 
Place of Performance
Address: US Army Engineer District, Huntington-Civil Works ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN00222415-W 20021214/021212213720 (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.