Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite Quantity Contract for Topographic Surveying and Mapping at Various Sites in North Carolina, South Carolina, and Georgia

Notice Date
7/23/2004
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-04-R-0082
 
Response Due
8/23/2004
 
Archive Date
10/22/2004
 
Point of Contact
Linda Smulevitz, 912-652-5902
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(linda.l.smulevitz@sas02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of an A-E firm for an indefinite delivery indefinite quantity contract for Topographic Surveying and Mapping at Various Sites in North Carolina, South C arolina, and Georgia. The contract is anticipated to be awarded in January of 2005. The contract will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years. The total of all task orders dur ing each ordering period may not exceed $600,000. Individual task orders may not exceed $600,000. Work will be issued by firm-fixed-price or labor-hour task orders. This announcement is 100% set-aside for small businesses. **** To be eligible for contra ct 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: Task orders to be issued under this contract will be used for topographic surveying and mapping; hydrographic surveying; property and boundary surveying; preparing drawings, maps, and plats; and performing records and drawing (plat) research necessary to l ocate property lines and monuments in the field. All mapping files must be delivered in (*.dgn) MicroStation format. No other CADD format will be accepted. The contractor shall also be required to submit work in ArcView and ArcInfo formats for direct dow nloading into a GIS database. Work shall be submitted both as electronic files and hardcopy products. 3. SELECTION CRITERIA: Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another fac tor. For this solicitation, Technical Competence and Key Personnel are weighted equally and each factor individually is more important than Past Performance, Work Management and Knowledge of Locality and significantly more important than the other individu al factors. Past Performance, Work Management, and Knowledge are weighted equally and each factor individually is more important than the other factor. Volume of Work will only be used as a *tie-breaker* among firms that are essentially technically equal. *** Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the government that the offeror will successfully perform the factor being evaluate d. An overall consensus rating will be given to each submission. Award will be made to the firms determined to be most highly qualified. *** Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO TH IS ANNOUNCEMENT. **The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f is secondary and will only be used as a *tie-breaker* among technically equal firms. **a. Specialized Experience and Technica l Competence in (1) Topographic surveying and mapping; (2) Hydrographic surveying, including surveys in areas which have silt/clay bottoms; (3) Property and boundary surveying; (4) Preparing drawings, maps, and plats; (5) Performing courthouse research for boundary surveys including records and drawing (plat) research necessary to locate property lines and monuments in the field; (6) Using equipment required for performing topographic and hydrographic surveys and mapping, including GPS units and dual f requency fathometers; (7) Submitting drawings in .dgn MicroStation , ArcView, and ArcInfo formats; (8) Government contracting procedures and regulations **b. Key Personnel. Resumes for qualified personnel shall be presented in Section E for the following personnel. Resumes shall be submitted in the amount indicated in parentheses. These shall include Registered Land Surveyors (include resumes of surveyors r egistered in Georgia, North and South Carolina - one to three resumes), party chiefs (2), CADD technician (1), and hydrographic survey system operator (1). All key personnel shall be shown on the organization chart. Key personnel whose resumes are presen ted in Section E of the SF 330 shall be the individuals who will routinely be involved in the actual production of work under this contract. The evaluation will consider education, training, registration, voluntary certifications (e.g., ACSM Certified Hyd rographer), and overall and relevant experience. **c. Past Performance. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from ACASS and other sources. Indic ation of favorable performance ratings, awards, and repeat clientele in Section H of SF 330 is recommended. **d. Work Management/Capacity. A proposed work management plan shall be presented in Block H that addresses management approach and the procedures used for in-house quality control of fieldwork and final work products. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The evaluation for this factor will also consider the organizational chart in Sec tion D of the SF 330. The organizational chart shall include all key personnel in Section E and all other team members shall be indicated by the total number available for this contract. Show lines of responsibility and communication between project team leaders and team members. Include in the plan a brief explanation of the procedures used in calibrating the fathometer. Address the firm??????s capacity to perform multiple simultaneous task orders and to commence work within three days after receipt o f task orders. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. **e. Knowledge of Locality as it pertains to boundary and coordinate systems in the in states within the boundar y of the Savannah District. **f. Volume of Work. Volume of DoD contract awards in the last 12 months with the object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms in cluding small and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts. **** 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 6:30 AM on 23 August 2004. NO HARDCOPY SUBMISSIONS WILL BE ACCEPTED. Any Submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Part I of the SF 330 must not exceed 5 Megabytes and shall be submitted using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 10 pages for Blo ck H. Font size shall be 10 or larger. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at https://sasweb.sas.usace.army.mil/ae%20selection%20process/ . Questions concerning submissions shoul d be directed to Sherry Turner at 912-652-5703. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. For ACASS information, call (503) 808-4591. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Firms selected will be required to submit a design Quality Assurance Plan concurrent ly with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 330.. ****PHONE CALLS are DISCOURA GED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. ***
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00629671-W 20040725/040723212555 (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.