Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
MODIFICATION

R -- Professional surveying and mapping services, both land and hydrographic

Notice Date
7/27/2004
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-R-0011
 
Response Due
8/6/2004
 
Archive Date
10/5/2004
 
Point of Contact
slamkins, 409-766-3846
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston
(Sharon.E.Lamkins@swg02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. ARMY CORPS OF ENGINEERS, GALVESTON DISTRICT, ATTN: CESWG-EC-EP, ROOM 255D, P.O. BOX 1229, GALVESTON, TEXAS 77553- 1229 OR 2000 FORT POINT ROAD, GALVESTON, TEXAS 77550. PROFESSIONAL SURVEYING AND MAPPING SERVICES, GALVESTON DISTRICT, SOLICITATION NO. W912HY-04-R-0011. Contact: Leigh Ann Kahla-Adams, A-E Contract Coordinator, 409/766-3175; Linda M. Fredendall, Contracting Officer, 409/766-3852. CONTRACT INFORMATION: Professional surveying and mapping services, both land and hydrographic to be procured in accordance with PL 92-582 (Brooks A-E Act)and FAR Part 36, are required for various projects within the Galveston District Boundaries. One indefinite delivery contract (IDC) will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. Exercising of the options will be at the discre tion of the Government. Work will be issued by negotiated, firm-fixed-price task orders. The maximum quantity of services the Government may order is limited to three million and no/100 dollars ($3,000,000.00) over the entire contract period and one mill ion and no/100 dollars($1,000,000.00) per Task Order except under conditions allowed by regulations and within the authority of the Contracting Officer. Minimum guaranteed amounts are$20,000 should no work be ordered during the contract??????s base year and $10,000.00should no work be ordered during each option year, provided the Government exercises the options. The contract is scheduled for award in October 2004. The contract will be in effect concurrent with another contract for similar survey servic es. Task orders may be placed with the Contractor that the Contracting Officer determines best qualified considering experience in the specific work requirement, familiarity with the work area, capacity to complete the order in the required time period, q uality of performance on previous orders, and/or distribution of work in relation to the effective period of each contract, if significantly less work has been awarded under the other contract. This announcement is open to all businesses regardless of siz e. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the contract are that a minimum of 57.2 percent of the contractor??????s intended subcontract amount be placed with small business (SB). (Of the 57.2 percent goal, 10 percent must be with small disadvantaged business (SDB), 10 percent with small woman-owned business, 3 percent with Hub Zone Small Business, and 3 percent with Service-Disabled Veteran-Owned Small Business). The plan is not required with this 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: No specific work has been identified at this time. The Galveston District extends along the entire Texas Gulf Coast inland approximately 100 miles and into Louisiana. Servi ces are to be used in support of engineering and planning studies, designs, operations and maintenance of navigation, flood control and beach erosion programs; real estate matters; and other requests of the District, both civil and military. Work location s will include terrain of varying types, steepness and consistencies ranging from dry land to soft marshlands including swamp and dredged material placement areas which may be covered by shallow water. Locations will also include inland waterways and chan nels, rivers, streams, lakes, bays and other similar bodies of water, and waters offshore. The work consists of hydrographic, topographic, cadastral, and various other types of land surveys and associated office work to include but not limited to: horizon tal and vertical contr ol (second and third order); cross sections and profiles on land and water; topographic and planimetric surveys; construction layout; base lines and reference lines; property and boundary surveys; monumentation with descriptions of survey points; computati ons and compilation; drafting; and general office work necessary to accomplish the final product prescribed in each task order. Horizontal and vertical control will be Corps of Engineers, National Geodetic Survey and local networks as approved by the Cont racting Officer. Hydrographic surveys shall be performed using automated data collection systems. Control shall be established by transit/level, data collector and/or Global Poisitioning System (GPS) as required by the Contracting Officer. Occasionally the AE will be required to perform small, short suspense aerial surveys in combination with Photogrametric mapping tasks. These tasks usually require the use of airplanes to photograph the sites with digital orthophotos and contour maps being the final w ork product. End products shall be submitted in field books, reports, maps and drawings in hard copy and digital formats compatible with the District??????s word processor (Word 2000 or later), spreadsheet (Excel 2000 or later) and Computer Aided Design a nd Drafting (CADD) (Bentley Microstation Design File (DGN) version 8 (V8), In-Roads and Descartes for V8 systems, single beam and multi beam hydrographic surveys plots as may be required by the Contracting Officer. (3) SELECTION CRITERIA: See Note 24 for general A-E selection process (when applicable). The selection criteria are listed below in descending order of importance (first by major criterion and then by sub-criterion). Criteria a-f are primary while criteria g-I are secondary and will only be u sed as ??????tie-breakers?????? among the technically equal firms: a. Professional qualifications and their experience in the following key positions: (1) Registered Professional Land Surveyors licensed in the state of Texas. (2) Survey and Engineering Technicians experienced in automated hydrographic data collection. (3) Party Chiefs and Instrument Persons experienced in gathering survey data by conventional instruments, electronic data collectors and GPS methods. (4) Engineering and Survey Technicians experienced in compilation and computation of data obtained by both conventional and automated survey methods. (5) Drafts Persons and CADD Operators experienced in processing survey data. (6) CADD Managers experienced so as to provide digital data in a format compatible with the Galveston District??????s Microstation/Bentley CADD System. (7) Rod and Chain Persons (8) Boat Operators. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the f irm. B. Specialized experience (within the past two years) and technical competence of the firm and its staff in using both conventional and automated methods and equipment: (1) Hydrographic, topographic and cadastral surveys; horizontal and vertical co ntrol (second and third order); cross sections and profiles on land and water; topographic and planimetric surveys; construction layout; base lines and reference lines; property and boundary; monumentation with descriptions of survey points; computations a nd compilation; drafting; general office work necessary to furnish reduced and/or plotted field data and other final products; and delivering data in formats compatible with the Galveston District??????s word processor, spreadsheet and Microstation/Bentley CADD systems, as and when required; (2) Own or lease: static and kinematic GPS equipment capable of subcentimeter measurement accuracy; electronic total station with data collector; CADD data processing equipment compatible with the Galveston District?? ????s Microstation/Bentley CADD systems; automated hydrographic survey software compatible with the Galveston District??????s ONSITE survey acquisition and proc essing software; survey vessel capable of being trailered to and operated in U.S. inland and coastal waters; conventional field equipment (transit, level, etc.). (3) Prior association of the prime firm and the subcontractors, management structure and coo rdination of the team. In-house capabilities will be considered heavier that work subcontracted. C. Quality assurance/quality control measures to deliver end products within prescribed surveying, mapping and drafting accuracies and on schedule. D. Pas t performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, compliance with performance schedules, and cooperativeness. E. Knowledge and familiarity with the Texas State Plane Coordinate System. F. Ca pacity to perform four $200,000 task orders in a 90-calendar day period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and availability of an adequate number of personnel in key disciplines to accomp lish field and office activities considering the firm??????s commitment to the Government and its repetitive daily clients. G. Geographic location of the firm because of the potential for extensive travel throughout the District by survey crews. H. Exte nt of participation of SB, SDB, and minority institutions in the proposed contract team. I. Volume of DOD contract awards in the last 12 months as described in Note 24 (when applicable). 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission r equirements when applicable. Interested firms having the capabilities to perform this work must submit four copies of completed Standard Form (SF) 330 for the prime contractor and each subcontractor and/or consultant. Submittals shall be mailed to the ad dress above ATTN: Contracting Division or for special street delivery 2000 Fort Point Road, Galveston, Texas 77550. Submittals must be received in this office no later than 2:00 P.M. Central Daylight Savings Time (CDST) thirty 30) calendar days after the date of appearance of this announcement. If the 30th days is a Saturday, Sunday or Federal Holiday, the deadline is no later than 2:00 P.M. CDST the first workday thereafter. SF 330??????s received after the time and date will not be considered. Only t hose firms responding to this announcement will be considered. Qualification data submitted must demonstrate the ability and technical expertise of the firm and its staff to perform the survey services described in this announcement. Additional informat ion requested of each firm responding: (1) Indicate in block 4 and 8c, Part II, the Contractor??????s Dun and Bradstreet Number (DUNS). Provide the Tax Identification Number (TIN) of the Prime and Contractor and Government Entity (CAGE) code by separate cover letter. (2) Provide in block 7 of Part I a telefax number (if any). (3) List in the appropriate block prior names of the firm used in the past three years including parent company, branch offices, affiliates, associates, and subsidiaries. (4) Prov ide in Section E, Block 6 of Part I resumes of ALL personnel who will be involved, state their respective function and indicate their experience in that function. (5) Provide in block 30 of Part I a detailed current equipment list by brand name and type o f survey instruments and systems; boats; skiffs; vehicles; computer hardware and software; proposed CADD system and how it will be compatible with the Galveston District??????s Microstation; etc. (6) Complete one Section F of Part I for all projects/contra cts awarded to the firm and its affiliates which best illustrates the teams qualifications for this contract, dollar amount and completion date of each award. (7) Discuss in block 30 of Part I why the firm is especially qualified to provide surveying and mapping services. Firms responding with multiple offices: (1) Indicate personnel strength in block 9 of Part II. (2) List which office or firm is under cont ract for any of the contracts listed in Section F of Part I. Provide a statement in Block 5b of Part II to the effect that the firm is or is not a small business, small disadvantaged business or woman-owned business. For the purposes of this procurement, small business is defined as a concern, including its affiliates, having average annual receipts for its preceding three fiscal years not in excess of $4,000,000. All information must be included on the SF 330 (cover letter and other attachments will not be considered in the evaluation process). Telegraphic and facsimile SF 330??????s will not be accepted. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. This is not a request for proposal. See NOTE 24, (w hen applicable). Selected firm must be registered in the Central Contractor Registration (CCR).
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN00631359-W 20040729/040727212408 (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.