Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2003 FBO #0754
SOURCES SOUGHT

C -- Indefinite Delivery Architect Engineer Contract for Master Planning Geographic Information Systems & Computer Aided Drafting and Design Services, Corps of Engineers, South Pacific Division

Notice Date
12/19/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-04-S-0001
 
Response Due
1/20/2004
 
Archive Date
3/20/2004
 
Point of Contact
Timothy F. Boyd, 916-557-5226
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento
(timothy.f.boyd@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery Architect-Engineer Contract for Master Planning, Geographic Information Systems & Computer Aided Drafting and Design Services, Corps of Engineers, Sacramento District, South Pacific Division--Potential Sources Sought This is not a solicitation announcement; this is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of potential qualified sources and their size classifications (hubzone 8(a), 8(a), SDB, hubzone small, and small business es) relative to SIC CODE 8712, NAICS Code 541330 (size standard $4.0 million average annual receipts for preceding three fiscal years). Responses to this sources sought synopsis will be used by the Government to make appropriate acquisition decisions - se e submittal requirements below. After review of the responses to this sources sought synopsis, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FedBizOpps. Responses to this sources s ought synopsis are not adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought synopsis. DESCRIPTION: Architect-Engineer Master Pla nning Services for Corps of Engineers, South Pacific Division. The A-E services being considered will encompass all aspects of Master Planning and Geographic Information Systems (GIS) for Department of Defense installations and bases, municipalities, citi es and counties, other federal and state agencies. The primary area of service for this solicitation is the South Pacific Division of the Corps of Engineers, but may include those installations under the responsibility of the Southwest Region Office (SWRO ) of the Installation Management Agency (IMA). Services may include Planning, Programming, Engineering Studies, Geographic Information Systems and Computer Aided Design and Drafting, utility studies, Automated Mapping and Facility Management. A specific s cope for work and services required will be issued with each task order. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the design and A-E services during the construction phase for these projects. I f contracts are awarded (but not as a result of this sources sought synopsis but from a separate solicitation announcement at a later date) on an unrestricted basis, each contract will be for a one-year period not-to-exceed $1,000,000 for the basic year an d two one-year options not-to-exceed $1,000,000 each. Each task order will be for an amount not-to-exceed $1,000,000. The options may be exercised at the discretion of the Government. If contracts are awarded (but not as a result of this sources sought s ynopsis but from a separate solicitation announcement at a later date) on small business set-aside basis, including 8(a), SDB, and HUBZone business, each contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and four one-year o ptions not-to-exceed $1,000,000 each. Each task order will be for an amount not-to-exceed $1,000,000. The options may be exercised at the discretion of the Government. Task Orders to be issued under any future contracts may include preparation of U.S. Ar my and Air Force master plans, or other federal, state, city, municipality, and county agency master planning related documentation to include aerial photography, geographic information systems, preparation of miscellaneous engineering studies involving fa cilities, infrastructure, utilities and supporting studies related to the comprehensive planning process. Services may consist of preparation of utility analyses/plans, development of project programming documents to include DD Forms 1391s with backup just ifications, cost estimates, Project Development Brochures, Requirements Analysis Management Plans, environmental assessments and/or environmental impact stateme nts related to the master planning process, installation design guides and Economic Analyses. Work may also consist of evaluation of requirements for hardware and software, training, needs analysis, management of AM/FM/CADD/GIS systems, coordination and s ponsorship of related conferences and the integration of AM/FM/CADD/GIS functions with other engineering systems and analysis models. Work may also include collection of field data using Pocket PCs using GPS and field GIS software. Work may also include establishing Enterprise GIS (EGIS) at various Government locations. Work may include the digitization and/or scanning of maps, drawings, plans, photos and building plans with interior utilities. Services may be required to convert digital information to CD or other media for presentation. The firm may be required to place employee(s) at installations or offices for varying lengths of time to provide on-site master planning services, training on systems management, updating and utilizations of AM/FM/CADD/ GIS systems and interface of existing databases with other activities. The firm selected may be required to supply macros and user commands for various software packages, environments/languages in a documented format. Work may be performed in an AutoCAD, Intergraph, and ArcGIS, ArcIMS or equal environment. GIS work may be field, desk top or Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. The firm selected must have the capability to provide new aerial color photography and false color infrared photography, lidar, aerial surveys and photogrammetric products, including mapping and may be required to establish horizontal and vertical ground control using global satellite positioning or other techni ques such as conventional surveying. A detailed list of the firms equipment including make, model and date of service must be included in the response. Firms will be expected to be accomplished in engineering and planning and have a sound knowledge of mi litary and civilian master planning principals GOVERNMENT CRITERIA AND DESCRIPTION OF PROPER RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS: (1) Preparation of U.S. Army and Air Force and master plans, various miscellaneous engineering studies involving facilit ies, infrastructure and/or operational activities on military installations. List and describe the five most recent projects your firm has done involving criteria listed in (1). List whether you were the Prime contractor or subcontractor. Did your firm actually do the work or oversee the work? Show the experience of the individuals that you will assign to this work. This experience should be with your firm and relevant to (1). Provide two references from someone who can attest to your knowledge and ab ility that you have performed criteria (1). (2) Development of Geographic Information Systems (field, desktop and Internet based) to support Master Planning and facility management. List and describe the five most recent projects your firm has done involv ing criteria listed in (2). List whether you were the Prime contractor or subcontractor. Did your firm actually do the work or oversee the work? Show the experience of the individuals that you will assign to this work. This experience should be with yo ur firm and relevant to (2). Provide two references from someone who can attest to your knowledge and ability that you have performed criteria (2). (3) Preparation of utility analyses/plans, development of project programming documents to include DD Form s 1391s with backup justifications, cost estimates, Economic Analyses. List and describe the five most recent projects your firm has done involving criteria listed in (3). List whether you were the Prime contractor or subcontractor. Did your firm actual ly do the work or oversee the work? Show the experience of the individuals that you will assign to this work. This experience should be with your firm and rel evant to (3). Provide two references from someone who can attest to your knowledge and ability that you have performed criteria (3). (4) Evaluation of requirements for hardware and software, training, needs analysis, management of AM/FM/CADD/GIS systems, coordination and sponsorship of related conferences and the updating, utilization and integration of AM/FM/CADD/GIS functions with other engineering systems, databases and analyses models. List and describe the five most recent projects your firm has don e involving criteria listed in (4). List whether you were the Prime contractor or subcontractor. Did your firm actually do the work or oversee the work? Show the experience of the individuals that you will assign to this work. This experience should be with your firm and relevant to (4). Provide two references from someone who can attest to your knowledge and ability that you have performed criteria (4). (5) Capability to provide new aerial color photography and false color infrared photography, lidar , aerial surveys and photogrammetric products including mapping, and may be required to establish horizontal and vertical ground control using global satellite positioning or other techniques. List and describe the five most recent projects your firm has done involving criteria listed in (5). List whether you were the Prime contractor or subcontractor. Did your firm actually do the work or oversee the work? Show the experience of the individuals that you will assign to this work. This experience should be with your firm and relevant to (5). Provide two references from someone who can attest to your knowledge and ability that you have performed criteria (5). (6) Must have ability to prepare paperless master plan utilizing the Internet World Wide Web (W WW) sites and Hypertext Markup Language (HTML) to access and display data sources from the WWW. List and describe the five most recent projects your firm has done involving criteria listed in (6). List whether you were the Prime contractor or subcontract or. Did your firm actually do the work or oversee the work? Show the experience of the individuals that you will assign to this Work. This experience should be with your firm and relevant to (6). Provide two references from someone who can attest to your knowledge and ability that you have performed criteria (6). (7) Proof that the respondent has had and can manage contracts with multiple task orders going on at one time. List and describe the fiv e most recent projects your firm has done involving criteria listed in (7). List whether you were the Prime contractor or subcontractor. Did your firm actually do perform the management and resourcing of multiples task orders at any one time? Show the e xperience of the individuals with multiple task order management skills that you will assign to this Work. This experience should be with your firm and relevant to (7). Provide two references from someone who can attest to your knowledge and ability that you have performed criteria (7). (8) If an 8(a), SDB, or small business were to receive an award as prime contractor as a result of any future small business set-aside solicitation announcements, the small business prime will be required to comply with F AR 52.219-14 which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Provide evidence that on past contracts of a similar nature that your firm (as the prime contract or) was able to comply with this requirement. (9) Business size status (Large, Hubzone 8(a), 8(a), SDB, Hubzone Small, Small, Woman-Owned). Responses to this sources sought synopsis MUST include information as to the size of the business responding rela tive to the SIC Code 8712, NAICS Code 541330 and the $4M size standard. If 8(a), provide proof of SBA registration. If Hubzone, provide proof of certification from the SBA. Responses must be limited to a total of 30 pages, each side considered a page. Responses to this sources sought synopsis may be e-mailed, or mailed to the attention of Barbara Marshall, 1325 J Street, Eighth Floor (CT-A), Sacramento, California 95813, (916)557-5178, e-mail: barbara.a.marshall. army.mil. No telephonic or fax responses will be accepted. Responses must be received no later than 30 days after the issue date of this announcement, 4:30 pm Pacific Standard Time. Firms responding to this announcement that fail to provide all of the req uired information will not have its information considered in helping the Government make the acquisition decisions, which is the intent of this synposis. This notice is to assist the Sacramento District, Corps of Engineers in determining potential source s only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later in the FedBizOpps and all interested parties must respond to that solicitation announcement separately from the response to this sources sought synopsis.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00493227-W 20031221/031219212725 (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.