Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2004 FBO #0898
SOLICITATION NOTICE

C -- IDIQ for Master Planning - GIS & CADD and Design Services for Military Installations and Civil locations primarily within the geographic boundaries of the South Pacific Division.

Notice Date
5/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-04-R-0020
 
Response Due
6/9/2004
 
Archive Date
8/8/2004
 
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
Description: 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A-E services are required for all aspects of Master Planning and Geographic Information Systems (GIS) for Department of Defense installations and bases, municipalities, cities and counties, other federal and state agencies. The contracts resulting from this solicitation are intended primarily for projects within the geographical boundary of the South Pacific Division (SPD). Military Boundaries for SPD include all or portions of CA, NV, AZ, NM and UT. Civil Boundaries for SPD include all or portions of CA, N V, UT, CO, WY, OR & ID. However, work may be awarded for projects located outside the above stated geographical boundary on an excepted basis as decided by the Contracting Officer. Services may include Planning, Programming, Engineering Studies, Geograph ic Information Systems and Computer Aided Design and Drafting, utility studies, Automated Mapping and Facility Management. A specific scope for work and services required will be issued with each task order. Two Firm-Fixed Price indefinite delivery, inde finite quantity contracts will be negotiated and the first is anticipated to be awarded in August 2004. Each contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and two one-year options not-to-exceed $1,000,000 each. Each t ask order will be for an amount not-to-exceed $1,000,000. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly e xhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercising an option, the new option year rates will take effect on the anniversary date of the contract award. If the Total Estimate d Price of the base year or any option year is not awarded within that years 12 month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period contract amount. This announcement is open to all firms regardless of size. The NAICS code is 541330, which has a small business size standard of maximum $4.0 million of average annual receipts for its previous 3 fiscal years. All int erested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficie nt performance of the contract, with small and small disadvantaged business. If a large business firm is selected for one of these contracts, it will be required to submit a detailed subcontracting plan at a later date. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement to subcontract. Sacramento Districts recommended goal fo r work intended to be subcontracted is 57.2% for small business. The goal further states that of the 57.2% to be subcontracted to small business, 8.9% is for small disadvantaged business (subset to small business), 8.1% is for small business/woman owned ( subset to small business), 3% for HUBZone small business (subset to small business) and 3% is for Service-Disabled Veteran-Owned Small business (subset to small business). If the selected firm submits a plan with lesser goals, it must submit written ratio nale of why the above goals are not met. Firms should indicate personnel and subcontracts selected to work on the contract and state their management structure. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce In formation Center at 1-800-334-3414. 2. PROJECT INFORMATION: Task Orders to be issued under these contracts may include preparation of U.S. Army 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 facilities, infrastructure, utilities and supporting studies related to the comprehensive planning process. Services may consist of preparation of util ity analyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, cost estimates, Project Development Brochures, Requirements Analysis Management Plans, environmental assessments and/or environmental imp act statements 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, coordin ation and sponsorship 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 al so 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 info rmation to CD/DVD 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, Field collections, updati ng 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. Wo rk may be performed in an AutoCAD, Microstation, 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 firms selected mu st 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 techniques 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 plan ning and have a sound knowledge of military and civilian master planning principals. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (E) through (G) are secondary and will only be used as tie-breakers among technically equal firms. A. Specialized Experience and technical compe tence in: (1) Preparation of U.S. Army and Air Force and master plans, various miscellaneous engineering studies involving facilities, infrastructure and/or operational activities on military installations; (2) Development of Geographic Information System s (field, desktop and Internet based) to support Master Planning and facility management; (3) Preparation of utility analyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, cost estimates, Economic Analyses; (4) Evaluation of requir ements 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; (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 groun d control using global satellite positioning or other techniques; (6) Ability to prepare paperless master plan utilizing the Internet World Wide Web (WWW) sites and Hypertext Markup Language (HTML) to access and display data sources from the WWW. B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. C. Qualified professional personnel in the following key disciplines: Planners, Geographers, Geologists, Econ omists, Civil Engineers, Mechanical Engineers, Electrical Engineers, Environmental Scientists, at least one registered land surveyor, GPS technician, Photogrammetrist, G.I.S. Programmer, G.I.S. Systems technician, CADD technician, draftsman, and aerial pho tographer. The evaluation will consider each individuals education, training, certification and registrations, overall relevant experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at different locations. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of the Sacramento District Officer. G. Extent of participation of small business, small disadvantaged business, woman o wned small business, Service-Disabled Veteran-Owned Small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit One (1) completed SF 255(11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and One (1) completed SF254 (11/92) for themselves and one for each of their subcontractors to USACE, Sacramento District, ATTN: A-E Negotiations Unit, 1325 J Street, Room 1079, Sacramento, CA 95814-2922, ATTN: Stanley Shibata, A-E Negotiations Unit. In Block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; in block 8 of the SF 255, list specific project experience for key team members; and indicate the team members role on each listed project (i.e. proje ct manager, design engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy and Air Force) contracts during the 12 months prior to this notice, including change orders and supplement al agreements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government, as a conditio n of contract award, but is not required with this submission. Responses received by the close of business (4:30pm) on the closing date, 09 June 2004, will be considered by selection. If the closing date is a Saturday, Sunday or Federal holiday, the dead line is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may sub mit the required SF255 and SF 254, which shall be considered by the agency. Facsimile submittals will not be accepted. Point of Contact is Stanley Shibata, (9 16) 557-7470.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00583258-W 20040512/040510212333 (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.