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 Contract OPS-068 for Surveying within the North Atlantic Division and other Army Corps of Engineers locations.

Notice Date
7/20/2005
 
Notice Type
Solicitation Notice
 
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-0019
 
Response Due
8/19/2005
 
Archive Date
10/18/2005
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One (1) A-E firm will be selected based on demonstrated competence and qualifications for the required work. One (1) Indefinite Delivery Contract will be negotiated and awarded. The contract length is a maximum of 36-months and will not include option periods. The contract amount will not exceed $ 3,000,000 (EFARS 36.601-3-90(b)). The Governments obligation for t he contract is to guarantee a minimum amount of payment of $35,000 to the 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 applied to the 2nd and 3rd calendar years of the contract. 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 the part of the work it intends to subcontract. The subcontracting goals for the New York District, which will be con sidered in the negotiation of this contract, are: (a) at least 42.7% of a contractors intended subcontracted amount be placed with small business (SB); (b) at least 16.4% of a contractors intended subcontracted amount be placed with small disadvantaged businesses (SDB); (c) at least 5.5% of a contractor s intended subcontracted amount be placed with women-owned SB (WOSB); (d) at least 3% of a contractors intended subcontracted amount be placed with service-disabled veteran-owned SB; (e) at least 3% of a contractors intended subcontracted amount be place d with veteran-owned SB; and (f) at least 3.1% of a contractors intended subcontracted amount be placed with HUBZone SB. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for the negotiations. The approximate award date of the 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, a s 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.cc r.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The New York District Corps of Engineers intends to award one (1) contract for General and Photogram metric Services within the North Atlantic Division and other Corps of Engineer locations. The Contractor selected may be required to perform services wit hin other areas of the United States and other locations as may be assigned to the New York District and North Atlantic Division This contract consists of a full range of surveying and mapping services within the North Atlantic Division. General and Photogrammetric surveys will constitute approximately 80% of all work orders. Topographic, cadastral and hydrographic surveys will c onstitute approximately 20%. Task orders under this contract will be assigned on a rotational basis with other contracts with similar scope of services. Subsistence or per diem will be paid for work beyond a fifty (50) mile radius of the New York Distric t Office. No subsistence or per diem will be paid for work within a fifty (50) 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 prim ary. 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. Demonstrated experience and technical competence in General Surveying, Photogram metric Surveying, related Ground Control Surveying including Global Positioning System (GPS) capability, high resolution Ground Based Laser Imaging, Aerial Photography, and LIDAR Mapping to determine physical and environmental characterization of the coastline and interior areas of the North Atlantic Division. 2. Demonstrate the ability to perform the following services. Airborne hydrographic LIDAR, airborne topographic LIDAR, GPS, and multispectral data. Delivery of files must be made on DVD, CD-ROM, portable storage devices (fire wire hard drives) or an FTP s ite. This work will include the production of digital elevation models (e.g. triangulated irregular networks (TIN), aerial photography, laser imaging, digital data base development, and digital ortho-photography. 3. Demonstrate the ability to deliver all digital information, which is compatible with the latest version of ARC/GIS geographic information system (GIS), and the latest version of Bentley Micro-Station. 4. Demonstrate the ability to provide all data in Federal Geographic Data Committee (FGDC) metadata file(s). Metadata generation software can be downloaded via http://corpsgeol.usace.army.mil. 5. Demonstrate the Project Manager (s) ability to perform the following services which include but are not limited to: General Surveying, Photogram metric Surveying, Related Ground Control, Global Positioning System (GPS), services may also include, Hydr ographic LIDAR, Topographic LIDAR, Multispectral Specialist. The A-E firm can provide as many Project Managers as needed to perform these services. 6. Demonstrate the ability to perform land surveying using Global Positioning System (GPS) with capability for Differential Global Positioning System (DGPS) and Real Time Kinematics (RTK) surveys 7. Demonstrate the ability to electronic total stationing with electronic data collection capability to use standard electronic data exchange formats for digital files for computer-aided design and drafting (CADD) map creation. 8. Demonstrate the ability to achieve 2nd order Class 1 Survey Accuracy Standards and the ability to create Digital Ortho-Imagery maps meeting National Map Standards Accuracys (NMSA). 9. Demonstrate technical competence in related software, which can include but is not limited to, Arc Info and Arc View GIS, Bentleys GeoGraphics and MicroStation, Autodesk, AutoMap and AutoCAD. 10. 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) b. Qualified personnel in the following key disciplines: i. Principal ii. Project Manager iii. Computer Operator/Processor iv. Photogrammetrist v. Stereo Plotter Operator vi. GIS Specialist vii. Office Clerical 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. Capac ity to perform approximately $ 1,000,000 in work of the required type in a one-year period. The evaluation will consider the following: Availability of an adequate number of personnel in key disciplines Demonstrate adequate capacity to furnish equipment and personnel to accomplish multiple task orders (2 or 3 task orders) within the time and cost required. Demonstrate adequate capacity to furnish equipment and personnel to maintain year round operations for services required. 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 team , 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 page 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.ar my.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
SN00851147-W 20050722/050720212357 (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.