Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity (IDIQ) Surveying, Mapping and Related Services Within the New Orleans District

Notice Date
3/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-R-0070
 
Response Due
4/3/2006
 
Archive Date
6/2/2006
 
Small Business Set-Aside
8a Competitive
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) [8(a)] SURVEYING, MAPPING AND RELATED SERVICES WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT, SOLICITATION W912P8-06-R-0070, THIS IS AN 8(A) SET ASIDE. Contract Specialist, Sally Leingang (504) 862-1665 Contracting Officer, Patricia Perkins at (504) 862-2876. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE Act as implemented in FAR Subpart 36.6A. Firms will be selected for negotiation based on demonstrated comp etence and qualifications for the required work. Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. AE Services are required for one (IDIQ) contract for A-E services for the subject activities not to exceed $1,000,000 per contract period, with four option periods, not to exceed $1,000,000 per option period. The total amount of the contract (base plus options) will not exceed $5 ,000,000.00. The base period and each option period shall not exceed one year each, therefore the total contract period will not exceed five years. The wages and benefits of service employees (see FAR 22.10) performing under the resulting 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 the location of the work). The contract is expected to be awarded in June 2006. 2. PROJECT I NFORMATION: The services required under this contract include the following: FIELD ASSIGNMENTS: include topographic, planimetric, cadastral and control surveys including GPS vertical surveys which conform to the NGS specifications for Blue-Booking, setting staff gages, automated hydrographic surveys including, overbank surveys and control surveys in rivers, bays, lakes, the Gulf of Mexico, navigation channels, along levees and other areas within the New Orleans District. A Differential Global Positioning S ystem (DGPS) will be used in making hydrographic surveys. Offerors shall have the capability (internal or external) of using single transducer with (dual frequency) technology to obtain hydrographic surveys. OFFICE ASSIGNMENTS: All survey data shall be fu rnished on Compact Disks (CD). Offerors shall have the capability to transmit data via a File Transfer Protocol (FTP) Server. Data deliverables shall comply with USACE Hydrographic, Topographic, and GPS Engineer Manuals. Deliverables shall include hard co py plots complying with the USACE Spatial Data Standards for Facilities Infrastructure and Environment (SDSFIE) of completed surveys certified by a registered professional land surveyor. Services also include computing and compiling the above types of sur veys, creating digital elevation models and GIS/CAD products from collected data, researching titles and preparing abstracts for servitudes, rights-of-way, etc., graphically depicting the survey data and certifying the resulting hard copy as a validity che ck. Offerors shall provide sufficient surveying vehicles and equipment and sufficient technical supervisory and administrative personnel to ensure expeditious completion of all task order assignments. To be considered for selection, offerors shall: Demon strate experience in the types of services stated above including hydrographic surveys with DGPS equipment and topographic surveys, total station and data collector, and RTK GPS system; have available at least one professional registered land surveyor and one abstractor; have at least two 4-person conventional survey parties; one 2-person hydrographic survey party, and one 4-person Global Positioning System (GPS) party capable of performing various types of GPS Surveys. 3. SELECTION CRITERIA: Evaluation o f firms qualifications for award will be based on the following criteria in descending order of importance: a. Experience and Technical Competence in the type of work and knowledge of the project area required to include automated single transducer DGPS surveys and Hydrologic gaging surveys, conventional, total station and data collector, GPS Surveys. (Firm and Key Personnel) b. Capacity in Personnel and Equip ment to accomplish the services in the required time and to furnish at least the minimum number of personnel stated above; c. Past Performance with DOD and other contracts with respect to cost control, quality of work and compliance with performance schedu les; d. A Quality Control Plan outline sufficient to demonstrate a program that ensures delivery of a quality product; e. Professional Qualifications necessary for satisfactory performance of required services; f. An outline sufficient to demonstrate an a cceptable Safety Plan and an indication of Safety Performance (number of hours lost per 100,000 man-hours). 4. SUBMISSION REQUIREMENTS: The due date is 3 April 2006, NLT 4:00p.m. New Orleans, LA time. Offerors requesting consideration are required to su bmit a Standard Form 330, dated 6/2004. Interested offerors having the capabilities to perform this work must submit five copies of SF330 (6/2004) to attention identified in this solicitation. . Include the firms ACASS and DUNS number in SF 330, Part II.2a. Each offeror/consultant listed within Part I of the SF 330 must submit Part II of the form with this package. In the SF330, Part I, Section F, cite whether the experience is that of the prime (or joint venture), consultant, or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 21 shall be so labeled. NAICS Code is 541370 size standard $4.0 Million average annual receipts for the preceding 3 fiscal years. To be eligible for contract award, an offeror 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. For ACASS inf ormation, see Internet site HTTP://WWW.HQ.USACE.ARMY.MIL/cemp/e/es/acassweb, or call (503) 808-4590. The six evaluation factors listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. This is not a Request for Proposal. Solicitation packages are not provided. Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineers, New Orleans Dist rict, Attn: Sally Leingang, Room 172, 7400 Leake Avenue, New Orleans, LA 70118-1030. Refer to Announcement No. W912P8-06-R0070.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00999124-W 20060305/060303212758 (fbodaily.com)
 
Source
FedBizOpps 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.