Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2003 FBO #0439
SOLICITATION NOTICE

C -- Architect-Engineering services are required for an Indefinite Delivery Type Contract for surveying and mapping services for various projects primarily within the St. Paul District boundaries

Notice Date
2/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Engineer District, St. Paul - Civil Works, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
DACW37-03-R-0008
 
Archive Date
5/13/2003
 
Point of Contact
Laird Draves, 651-290-5421
 
E-Mail Address
Email your questions to US Engineer District, St. Paul - Civil Works
(laird.c.draves@mvp02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA INDEFINITE DELIVERY CONTRACT FOR SURVEYING AND MAPPING SERVICES FOR THE ST. PAUL DISTRICT SOL DACW37-03-R-0008. 1. CONTRACT INFORMATION: Under PL 92-582 (Brooks Act) and FAR Part 36, Architect-Engineering services are required for an Indefinite Delivery T ype Contract for surveying and mapping services for various projects primarily within the St. Paul District boundaries for all or portions of MN, WI, ND, SD and IA. However, individual task orders may be for work within the Mississippi Valley Division or neighboring mid-western states. It is anticipated that an indefinite delivery indefinite quantity type contract will awarded as a result of this announcement in June 2003. The contract will consist of a base period not to exceed one year and two option p eriods not to exceed one year each. Each contract performance period will have a cost ceiling of approximately $300,000. Option periods may be exercised when the contract ceiling amount for the base period or preceding option period has been exhausted or the ordering period expires, whichever occurs first. Work will be issued through negotiated firm fixed-price type task orders. The District currently has, and may award, future IDIQ contracts to perform work that may also be encompassed by this announce ment; the following factors will be considered in deciding which contractor will be selected to negotiate an order: Performance, capacity to accomplish the order in the required time, specialized experience, and the equitable distribution of work. This an nouncement is open to all businesses regardless of size. No small business set asides apply to this requirement. The Contracting Officer has determined NAICS code 541360 to apply to this requirement. This NAICS code has a Small Business Size Standard of $4 Million. Large businesses must comply with FAR clause 52.219-9 concerning subcontracting plans on intended subcontracting. The subcontracting goals for this contract are that a minimum of 57.2% of intended subcontract amount be placed with small bus iness (SB), 8.9% be placed with small disadvantaged businesses (SDB), 8.1% be placed with woman-owned small businesses (WOSB), 3.0% be placed with small HUBZone business and that 3.0% be placed with service-disabled veteran-owned small business. A subcon tracting plan is not required with the initial submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The services to be accomplished, include the full range of surveying and mapping activities associated with the planning, design and construction of features such as locks, dams, levees channels, and breakwaters. Use of the metric sys tem of measurement may be required for some deliverables under the proposed contract. 3. SELECTION CRITERIA: Numbered note 24 for general A-E selection applies to this announcement. The selection criteria are listed below in descending order of importan ce (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used as tie-breakers among technically equal firms. a) Specialized experience and technical qualifications: (1) performi ng field surveys and survey notes, topography, cross sections, structure sketches, soundings, alignment and settlement surveys, construction surveys, land surveys, horizontal and vertical control networks and surveying computations; (2) generating survey data in a computer format that can be directly imported into the St. Paul District CADD system; data forms may include ASCII point datasets, total station data output, drawn graphics in standard Bentley IGDS format, and digital terrain models produced from topographic surveys; (3) preparing drawings from surveys that represent the accomplished field work, and plotting hard copies; (4) preparation of drawings us ing computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Bentley?s Microstation software, release 5.x or higher Windows 9x, Windows NT, or Windows 2000 electronic platform. Drawings must be in compliance with A/E/C CA DD Standards. The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform is a personal computer, with a Wi ndows 9x, Windows NT, or Windows 2000 operating system. . (5) specialized expertise in acquiring and producing high-resolution topographic data products from LIDAR and IFSAR sensors. Experience shall demonstrate developing Digital Elevation Models (DEMs) in ArcInfo GRID format, Triangulated Irregular Networks (TINs), vector contour data, and raw ASCII data sets from these sensors. (6) quality management. b) Professional capabilities including qualified registered professional personnel in surveying and map ping. The evaluation will consider the management structure; coordination of disciplines, offices and subcontractors; and quality control plans. Evaluation will consider education, training, registration, overall and relevant experience and longevity wit h the firm. c) Past performance on DOD and other contracts with respect to quality of work, cost control and compliance with performance schedules. d). Capacity of the firm to perform the above-mentioned work in the required time. e) Knowledge of surveying in snow and ice conditions and in lakes and rivers. f). Extent of participation of SB, SDB, WOSB, Historically Black Colleges and Universities, and Minority Institutions in the proposed contract team measured as a percentage of the estimated subcontracti ng effort. g). Location of the firm in the general geographical area of the St. Paul District including the office location of each person named to work on this contract. h) Percentage of DOD contract awards based on the firm?s total volume of work in the last 12 months as described in Numbered Note 24. Volume of work for the St. Paul District will also be considered under the factor. The last three factors, minority business, location and volume of DOD work, will not be used unless more than one firm is considered highly qualified. Drawings submitted by the contractor are required to be in Bentley IGDS format compatible with the St. Paul District CADD system. The contractor is not required to work with Microstation or other Bentley, however, the CADD sy stem used must provide files that the contractor may translate into the Bentley system. Conversion of design files to IGDS is the sole responsibility of the contractor, and shall be incidental to the submittal process. Drawings produced will conform to a ll Corps of Engineers and District CADD drawing and mapping standards including, but not limited to, 3-dimensional placement of translatable graphic elements on specified levels, producing lines with specified weights, colors, styles, and at proper elevati on. The SF 255 submitted by the contractor shall clearly delineate the type of CADD equipment, hardware and software, intended for use on this contract, the years of operating experience accumulated on the CADD system, and the translation methods to be us ed, if translation is required, in order to provide the intended product. The contractor shall provide references to other projects that they have completed using the stated CADD system. A metadata file compliant with the Federal Geographic Data Committee (FGDC) Content Standards must be provided for Digital Geospatial data. The government will provide a FGDC compliant Metadata package to generate these files upon request by the Contractor. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit 3 copies of SF255 (11/92 edition), and 3 copies of SF 254 (11/92 editio n) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or a Federal holiday, the deadline is the close of business of the next business day. Include the firm?s ACASS number and business size in SF 255, Block 3b. For ACASS information call 503-808-4590. In SF 255, Block 10 include: 1) The total dollar amount of the DOD contracts and the total dollar amount of all contr acts awarded the firm in the 12 months prior to this notice; 2) A description of the firms overall design quality management plan, including management approach, coordination of disciplines and subcontractors, and quality control procedures; 3) An organi zation chart showing all named team members and their responsibilities for this contract; and 4) A description of owned or leased equipment that will be used to perform this contract, as well as CADD and capabilities. The Standard Form 255 will clearly d enote the office location for each person identified in Section 7 of the form. Solicitation packages are not provided for A-E contracts. This is not a request for proposal (RFP). Send responses to Department of Army, St. Paul District, Corps of Engineer s, ATTN: Laird C. Draves, Contracting Officer, 190 5th Street East, St. Paul, Minnesota 55101-1638.
 
Place of Performance
Address: US Engineer District, St. Paul - Civil Works Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN00258223-W 20030214/030212213733 (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.