Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2004 FBO #0849
SOLICITATION NOTICE

C -- SUBJECT: INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT (S) FOR SURVEY ENGINEERING, MAPPING, AND RELATED SERVICES WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE MEMPHIS DISTRICT

Notice Date
3/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-04-R-0003
 
Response Due
4/22/2004
 
Archive Date
6/21/2004
 
Point of Contact
W.M.Johnson, 901-544-3119
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Memphis District
(W.M.Johnson@mvm02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SERVICES REQUIRED: The services to be procured under this announcement are classified in North American Industry Classification System Code 541370. One or more additional contract(s) may be awarded from this solicitation within twelve months followi ng the closing date of this FBO synopsis. THIS ANNOUNCEMENT BY THE MEMPHIS DISTRICT IS FOR TOPOGRAPHIC, HYDROGRAPHIC, AND GPS SURVEYING AND MAPPING. Negotiations shall begin with the top ranked firm. Should a need be identified for a subsequent contract, or if negotiations with a firm for a contract are unsuccessful, negotiations shall begin with the next-ranked firm which has not been offered a contract or negotiation. There is no implied guarantee that every firm on the list will receive a request for proposal, enter into contract negotiations, or be awarded a contract. If more than one contract is awarded under this solicitation, task orders will be issued to A-E firms according to the following criteria: (1) so that the Government may most effectivel y utilize the contract time and money requirements, the first contract awarded will have priority;(2)the government, in collaboration with the A-E firm, will evaluate the current workload of the firm to determine the firm's current capacity/capability to p erform additional tasks; the Government will make the final decision; (3) the Government will consider the A-E firm's efficiency, experience, quality of work, and performance on previous task orders; (4) equitable distribution of work; and (5) other releva nt factors. The proposed procurement(s) listed herein will be set aside for small business concerns and submittals from only small businesses will be considered. A firm is considered to be a small business concern if the firm??????s average annual receip ts from the preceding three fiscal years do not exceed $4 Million. Firms with demonstrated specialized experience, competence and qualifications pertinent to survey engineering, geodetic surveying, land and boundary surveying, hydrographic surveying, mapp ing (Microstation and InRoads capability required) and related services are desired for consideration. The contract services performed under this contract may support the Government revetment construction project along the Mississippi River located in the Memphis, Vicksburg, and New Orleans Districts. 2. PROJECT INFORMATION: Work areas will normally be within the boundaries of the Memphis District (which includes portions of AR, IL, KY, MO, MS, and TN) but work assignments may be made in other Districts. The first contract is anticipated to be awarded in September 2004, with the contract period of service not to exceed three years from the contract award date, or expenditure of the contract amount, whichever occurs first. Award of any subsequent contracts will be based on projected District workload. Work to be performed is subject to satisfactory negotiation of individual task orders with no one task order to exceed $1,000,000 nor the accumulated total of task orders to exceed $3,000,000 during the three year term of the contract. 3. QUALIFICATIONS: Firms must demonstrate in their submission the ability to meet the following requirements: (A) adequate professional personnel with experience in topographic and hydrographic surveying and mapping; (B) sufficient technical and administra tive personnel to ensure expeditious completion of required services; and (C) capability to mobilize fully staffed and equipped survey parties. 4. EVALUATION CRITERIA: Selection will be based on the following five primary criteria: (A, B, C, D, and E) and three secondary criteria (F, G, and H). All criteria are listed in descending order of importance: (A) Specialized Experience. The selected fir m shall have the capability to provide digital surveying and mapping data in readable and fully operational format on the District??????s Computer Aided Design and Drafting (CADD) System. Data submission shall be required in Microst ation design files (.DGN), InRoads digital terrain model files (.DTM), and InRoads alignment files (.ALG). Firms with demonstrated specialized experience, competence and qualifications pertinent to surveying are desired for consideration. Firms considere d to be highly qualified will be required to furnish at least five fully equipped survey crews with four-wheel drive vehicles and approved electronic total station surveying instruments and related equipment. Additional crews may be required. Highly qual ified firms shall be required to have both code and carrier phase L1/L2 GPS receivers. A firm will be considered if it can demonstrate the capability to provide these personnel and equipment by such means as an increase in staffing, subcontracting, or joi nt venture. At least two, with a possibility of four, fully automated hydrographic survey systems (single fathometer) operational on a boat not less than 21 feet in length equipped with Coast Guard Radio Beacon DGPS shall be required. Each hydrographic a nd topographic party provided shall have the capability to collect and process each survey performed at the work site (plot cross sections, compute volumes, revetment re-designs, etc.). One electronic hydrographic sweep system (no booms) on a boat with a length no greater than 30 feet (trailerable) with Coast Guard Radio Beacon DGPS will be required either through in-house capabilities or subcontracting. Additional conventional hydrographic systems may also be required. Firms considered to be highly qual ified shall be required to show specialized experience in performing all types of surveys as stated above and subsequent data reduction and plotting utilizing state-of-the-art computer technology. (B) Professional Qualifications. The prime firm and/or its subcontractor(s) (hereinafter referred to collectively as ??????firm??????) must have registered Professional Civil Engineers and Land Surveyors on staff. The firm should indicate professional recognition, professional associations, advanced training, ce rtification, and specific work experience of key personnel. The firm should emphasize the qualifications and experience of its management personnel in survey engineering, hydrographic, topographic and geodetic surveying. (C) Capacity. Firms must demonstr ate sufficient personnel in the disciplines necessary to conduct the required work in an efficient manner. (D) Past Performance. Performance evaluations on previous contracts with Government agencies, including DOD, and private industry in terms of cost c ontrol, quality of work, and compliance with performance schedules will be considered. Additional consideration will also be given to firms that have above average performance evaluations in the type of work described in (A) above. (E) Knowledge of the L ocality. A firm??????s knowledge of the locality will be given consideration. The firm should demonstrate its knowledge of the geographical and topographical features of the area within the boundaries of the Memphis District, and its familiarity with the major rivers and tributaries of the area all as related to survey engineering, mapping, and related services. The following three secondary criteria (F, G, and H), which are listed in descending order of importance, will be used as ??????tie-breakers?????? among equally ranked firms after evaluation by the primary criteria. (F) Geographical Location. Proximity of the firm??????s office where the field work will be managed, coordinated, and the data reduction and CADD work performed to Memphis, TN will be g iven additional consideration. (G) Small Business Considerations. Extent of participation of Small Business and Small Disadvantaged Business, in the proposed contract will be given consideration. Firms should list the total amount of the contract anticip ated to be subcontracted, name and amount anticipated for small business, name and amount anticipated for small disadvantaged business and name and amount antic ipated for women-owned small business. (H) Volume of DOD Work. Consideration will be given to the volume of work previously awarded or assigned to the firm by DOD in the last 12 months (February 1, 2003 to February 1, 2004), with the objective of effectin g an equitable distribution of DOD A-E contracts among qualified A-E firms, including small and small disadvantaged business firms, and firms that have not had prior DOD contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform these services must submit one copy of SF 255 (11/92 Edition) for the prime and one copy of SF 254 (11/92 Edition) for the prime and all subcontractors to: Mark Johnson, CEMVM- CT-C, Memphis District, Corps of Engineers, Room B-202, 167 North Main Street, Memphis, TN 38103-1894, no later than close of business (COB) (4:00 PM Central) April 22, 2004. The solicitation number should be included in Block 2b of SF 255. Include in Blo ck 3b the firm??????s ACASS number. If not available, phone the ACASS Center at 503-808-4590 to obtain a number. In Block 10 of the SF 255, firms are requested to clearly and succinctly address all qualification requirements listed under Items 3 and 4 ab ove. All DOD contracts awarded to the firm and its affiliates (not to include subcontractors) during the 12-month period of February 1, 2003 to February 1, 2004 should be shown, including the contract amount and whether the contract includes an option year and option amount. Firms are also required to show the total amount of DOD contract earnings within the 12-month period stated above by the firm as a prime contractor, without regard to the award date of the contract(s). Also in Block 10, firms are reque sted to provide a detailed list of all pertinent field and office equipment to be used on this contract that distinguishes ownership between prime and subcontractors, if used. Similarly in Block 10, describe the firm??????s overall quality management plan , including management approach, coordination of disciplines, field crews, and subcontractors; and quality control procedures. A contract specific quality control plan must be prepared and approved by the Government as a condition of contract award, but i s not required with this submission. Letters, including transmittal letters, photographs, brochures and other promotional literature are neither desired nor will be considered. Solicitation packages are not provided to interested firms for A-E contracts before final firm selection. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN00551647-W 20040324/040322212322 (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.