Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2005 FBO #1334
SOLICITATION NOTICE

C -- Indefinite Delivery Contracts OPS-064, OPS-065, OPS-066, OPS-067 for Surveying Within the North Atlantic Division and other Corps of Engineers locations

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-05-R-0018
 
Response Due
8/19/2005
 
Archive Date
10/18/2005
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A-E firms will be selected from this announcement based on demonstrated competence and qualifications for the re quired work. Up to four (4) Indefinite Delivery Contract will be negotiated and awarded. At least one (1) award will be to a small business. Each contract length is a maximum of 36-months and will not include option periods. The contract amount will not e xceed $3,000,000 (EFARS 36.601-3-90(b)). The Governments obligation for each contract is to guarantee a minimum amount of payment of $35,000 to each A-E firm. Task orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of each Indefinite Delivery Contract. Labor rates for each discipline, overhead rates and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and a pplied to the 2nd and 3rd calendar years of the contract. Work distribution between IDCs: Task Orders will be distributed according to the experience and qualifications of the A-E firms. The specific contractor chosen for a TO will be selected based on factors such as technical expertise, demonstrated performan ce, specific ability, TO size and complexity, and contractor availability to complete the TO in the time required. In addition we will review each contract at the end of each six (6) months and make adjustments to the distribution of workload if possible so that it is equitable. Above all, it is the intent of the New York District to not have a hollow contract. The approximate award date of each contract is December 2005. 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, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.c cr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: This contract consists of a full range of surveying and mapping services within the North Atlantic Division. Hydrographic surveys will constitute approximately 80% of all work orders. Topographic, aerial and cadastral surveys will constitute approximate ly 20%. Task orders under this contract will be assigned on a rotational basis with other contracts with similar scope of services. The work will be within the North Atlantic Division. Subsistence or per diem will be paid for work beyond a fifty-mile rad ius of the New York District Office. No subsistence or per diem will be paid for work within a fifty-mile radius of the New York District Office. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will only be used as tie-breakers among firms that are essentially technically equal. Primary Selection criteria: a. Specialized experience and technical competence: 1. Demonstrate the ability to provide a full range of surveying and mapping services within the North Atlantic Division. 2. Demonstrate ability to establish horizontal and vertical control of Second Order Class II as required 3. The firm must demonstrate they have sufficient staff and equipment to to be able to perform at least two task orders simultaneously. 4. Demonstrate the ability to use the New York District current CADD standards: Bentley Microstation/j for 32-bit x 86 Windows (95 & NT4.0) version 07.00.00.37 an d Intergraph InRoads version 07.01.01.00. 5. Demonstrate the ability to use the New York District Coastal Oceanographics Hypack 8.9 for field data collection. 6. Demonstrate the ability to use CADD and their conformity with Architecture/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standard, Release 2 (or latest version) 7. Demonstrate the ability to collect survey data electronically and capability of providing acceptable data formats. 8. The reference grid system will be State Plane Coordinates Systems in both NAD 27 and NAD 83. Hydrographic surveys must conform to Class 1 criteria as defined in EM1110-2-1003 (Hydrographic Surveying). 9. The A-Es proposal must list both field and office equipment. b. Qualified personnel in the following key disciplines: i. Principal ii. Project Manager iii. Project Engineer iv. Party Chief v. Survey Technician III vi. Survey Technician IV vii. Survey Technician V viii. Computer Operator ix. Fathometer Operator x. CADD Operator/Computer Processor xi. Drafter xii. Boat Operator xiii. Larc Operator xiv. Administrative Assistant xv. Office Clerical xvi. Instrument Operator xvii. Multi Beam Operator xviii. Rodperson The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. The firm selected must have one or more senior staff persons licensed to practice Land Surveying in the states of New York and New Jersey. The states of New York and New Jersey have rigorous licensing requirements. For this reason, if required, other state s within NAD may provide reciprocity. For the amount of anticipated work outside of New Jersey and New York it is not necessary to require licensing in each state. c. Past performance on contracts with government agencies and private industry with respect to quality of work, cost control, and compliance with performance schedules, as determined by ACASS and other sources. d. Capacity to perform approximately $ 1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. e. Knowledge of the locality in the general geographical area of the NY District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged t o submit from any geographical area. Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract te am, measured as a percentage of the total estimated effort. g. Geographic Proximity to NY District boundaries. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZ ONE small business, small disadvantaged small business and woman-owned small business and minority institutions . and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web-site: TUhtt p://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0UT .The forms can be downloaded into a .pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330 Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. Total submittal p age limitation is 75 pages. Each page shall be numbered. Section E is limited to 40 pages. Section F is limited to 10 pages. Supplemental information on the SF330 are posted on the NY District USACE website: TUhttp://www.nan.usace.army.mil/UT. Submit three (3) completed SF330s to: Attn: Ms. Maureen Smith, CENAN EN M. Rm. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 For technical questions on this contract, contact Fred Herman at (201) 333-0284. Submittals will not be accepted after 4:00 pm local time on 19 August 2005. Facsimile transmissions of the SF330 will not be accepted.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00851145-W 20050722/050720212356 (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.