Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
MODIFICATION

C -- Indefinite Delivery Indefinite Quantity Contract for Surveying and Photogrammeteric & GIS Services, Military Installations and Civil Locations within the with the South Pacific Division Boundaries.

Notice Date
11/2/2005
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-06-R-0001
 
Response Due
11/28/2005
 
Archive Date
1/27/2006
 
Small Business Set-Aside
N/A
 
Description
Amendment to Solicitation Number W91238-06-R-0001 (FEDBIZOPPS and EBS) The solicitation is changed as follows: 1. CONTRACT INFORMATION: ADD: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Fir ms will be selected based on demonstrated competence and qualifications for the required work. CHANGE Small Business Subcontracting goals TO: Sacramento District recommended goal for work intended to be subcontracted is 51.2% for small business. The goal f urther states that of the 51.2% to be subcontract to small business, 8.8% is for small disadvantaged business (subset to small business), 7.3% is for small business/woman owned (subset to small business), 3.1% is for HUBZone small business (subset to small business) and 1.5% is for Service-Disabled Veteran-Owned Small business (subset to small business). 1. CONTRACT INFORMATION: A-E services are required for military installations and civil locations within the geographical area serviced by the South Pacifi c Division. Military Boundaries include CA, AZ, NM, NV, and UT while civil boundaries include CA, OR, NV, UT, AZ, WY, NM and CO. A specific scope of work and services required shall be issued with each task order. Drawings may be prepared in the metric sys tem of measurement. The work may be required for either civil or military projects. In the case of civil projects, the contractor shall be responsible for drawings using computer-aided design and drafting (CADD) and delivering the geo-referenced three-dime nsional drawings in Bentley MicroStation software, Version 8.0 or higher and AutoCAD 2005 (or latest version), utilizing ESRIs Geodatabases with feature classes that contain SDFIE Compliant shape files with FGDC metadata, electronic digital format. The Go vernment will only accept the final product for full operation, without conversion or reformatting, in the Bentley MicroStation format Version 8.0, or AutoCAD 2005 or (latest version) , ArcGIS 9 or higher version and on the target platform specified herein . The target platform is a Pentium 2.0 GHz, 512 MB Ram, 80 GB Hard Drive with an MS XP Professional operating system. Advanced application software used in preparing drawings shall be delivered in Version 8.0 or higher MicroStation and AutoCAD 2005 or high er electronic digital format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the native Intergraph IRAS, version 5, electronic digital format. Drawing files shall als o be delivered in SDSFIE compliant DXF and or DWG and ESRI Shapefile and be FGDC metadata compliant. The specifications will be produced either in SPECSINTACT with the Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Constr uction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. In the case of military projects , the contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and ESRI Geodatabase format and delivering the two dimensional georeferenced drawings in Autodesk AutoCAD CADD software, release 2005 and ESRI Geo database/shapefile format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 2005 format and or ESRI Geodatabase/shapefile format, and on the target platform specified herein. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target plat form AutoCAD electronic digital format. The specifications will be produced either in SPECSINTACT with the Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also b e delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. This work will include all architectural/engineering (A-E) and related services necessary to complete the tasks. The NAICS code is 541370 with business size st andard of maximum $4 million of average annual receipts for its preceding 3 fiscal years. More than one firm will be selected from this announcement; at least two contracts will be awarded. One contract is set-aside for small business; the other is unrestr icted and open to all interested parties regardless of business size. All small business firms responding must state in their response their business size relative to the NAICS codes size standard and their intention to participate in the unrestricted con tract as well as the small business set-aside contract. If a small business is silent on this issue, the small business will be considered only for the small business set-aside selection and will not be considered in the unrestricted selection. No one cont ractor will receive both awards. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be co nsidered for each task order award in excess of $2,500. (2) In making selection to award a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task ord ers, cost control, the firms strengths, and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in March 2006. All contracts awarded from this solicitation must be awarded no later than one year from the date that the resp onses to this synopsis are due. The small business set-aside contract will be for a one-year period not to exceed $500,000 for the basic year and two one-year options not-to-exceed $500,000 each. The unrestricted 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. 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 Esti mated Price is exhausted or nearly exhausted. All pricing schedules (base year, and all option years) will be effective for one full year regardless of the early exercising of options. If the total estimated price of the base year or any option is not awar ded within that years 12-month performance period year, the remaining unused dollar amount may be added on to the total estimated price of the option period being exercised. Task Orders shall not exceed the annual contract amount. This announcement is ope n to all firms regardless of size but only small businesses are eligible for the small business set-aside contract. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalen t DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small disadvantaged business. Contracts awarded as a result of the Small Business Set -aside portion of this announcement will be subject to FAR 52.219-6 and 52.219-14. The wages and benefits of service employees (see FAR 22.10) performing under these contracts 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 the location of the work). If a large business is selected for this contract, 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 330, however, the plans to do so should be specified in block H of the SF 330. Sacramento Districts recommended goal for work intended to be subcontracted is 50.9% for small business. The goal further states that of the 50.9% to be subcontracted to small business, 8.8% is for small disadvantaged business (subset to small business), 7.2% is for small business/woman owned (subset to small business), 2.9% for HUBZone small business (subset to small business) and 0.5% 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 rationale of why the above goals are not met. Firms should indicate personnel and subcontractors 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://www.bpn.gov/CCRINQ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at http:/ /orca.bpn.gov. 2. PROJECT INFORMATION. Task Orders issued under this contract may include miscellaneous photogrammetric mapping, related aerial photography and lab work, digitized database mapping in Intergraph, AutoCad and terrain modeling. 3. SELECTION C RITERIA. The selection criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F through H are secondary and will only be used as tie-breakers among technically equal firms. A. Specialized Experience and tech nical competence in: (1) Capability and recent experience in photogrammetric compilation at scales ranging from 1 inch=20 feet to 1inch=400 feet; digitized database mapping in Intergraph, AutoCad and ArcMap (ArcView/ArcInfo) GIS compatible formats, analyti cal bridging; aerial photography; lab services; GPS and conventional field control (horizontal & vertical); field topographic surveys at scales 1 inch-20 feet to 1inch-50 feet; and miscellaneous surveying services. (2) Experience in horizontal control surv eys, vertical control surveys, GPS control surveys, topographic surveys, hydrographic surveys, boundary surveys, legal descriptions, photogrammetric mapping, GIS, analytical triangulation, orthophotos, aerial photography and lab processing. B. Past perform ance 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: at least one registered land surveyor. The followi ng personnel are to be registered or highly trained: GPS technician, photogrammetrist, GIS. programmer, GIS, Systems technician, CADD technician, draftsman, aerial photography pilot, aerial photographer and lab technician. The evaluation will consider each individuals education, training, certification and registration, overall relevant experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at different locations. E. (For small Business Only): Ability of the fir m to comply with FAR 52.219-14 which states the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel using employees of the primes concern. F. Volume of DoD contract awards in the last 12 months as describe d below under SUBMISSION REQUIREMENTS. G. Location of the firm in the general geographical area of the Sacramento District Office. H. Extent of participation as a small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREM ENTS: Interested Small Business Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 330 (6/2004) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for thems elves and ONE (1) completed SF 330 Part II (June 2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Administration Section. The SF 330 shall not exceed 100 pages, not counting any dividing page used t o identify each SF 330 Section. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed proj ect (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Ai r Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contrac t award, but is not required with this submission. Responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close o f business on the next business day. POINT OF CONTRACT: Ms. Rita Stalker (916) 557-7483. 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. Al l responsible sources may submit the required SF 330, which shall be considered by the agency. *****
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN00925248-W 20051104/051102212300 (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.