Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

C -- Architect-Engineer Services for an Indefinite Delivery Contract for Architect and Engineering (A-E) Services for Surveying & Mapping Services to support the Mobile District & the South Atlantic Division

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-06-R-0113
 
Response Due
10/12/2006
 
Archive Date
12/11/2006
 
Small Business Set-Aside
8a Competitive
 
Description
POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. JOHN D. HIGBY, JR. SUBMIT QUESTIONS TO FAX 251 694-3626. This notice is posted in its entirety and hereby serves as the official solicitation for this contract. CONTRACT INFORMATION: Architect-Engineering (A-E) services are required for an Indefinite Delivery Contract for Surveying & Mapping Services to support the Mobile District and the South Atlantic Division. This procurement is TOTAL 100% 8(a) SET-ASIDE. The contract will be awarded for a term not to exceed a total of five (5) years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $5,000,000 over the five-year life o f the contract. The Government intends to initially award the contract for $500,000, with the reserved right to modify the contract amount to the full $5,000,000 value during the five-year life of the contract. There is a possibility that multiple contract s may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. A firm fixed price contract will be nego tiated. The North American Industry Classification System (NAICS) code for this action is 541370. PROJECT INFORMATION: The contract will primarily be used for surveying/mapping, and geographical information system. The selected firms will be required to perform surveying/mapping, and GIS services. The Contractors selected could be required to perform these services in the States of Mississippi, Alabama, Florida, Georgia and Tennessee with possible world wide operations as may be assigned to the Mobile Dis trict and South Atlantic Division. Some of the services are of the following types: detailed conventional topography, GPS surveys, photogrammetry, GIS development and management. Photogrammetry shall include both digital and film capabilities. GIS services shall include database development with Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) compliant personal GeoDataBase, SQL enterprise GeoDataBase with government supplied database schemes, GIS tool development and the writ ing of reports to document the tool development. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criterion E is second ary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Profes sional Land surveyors with registration number for the states of Alabama, Florida, Georgia, Mississippi, and Tennessee; (2) Project Managers (as many as needed to cover the types of services  Topography, GPS, Photogrammetry, and GIS); (3) Four Party Chief s (including at least one GPS); (4) CADD Specialist; (5) Certified Photogrammetrist with registration number; (6) GIS Analyst; (7) GeoDataBase administrator. No more than three (3) resumes per discipline shall be submitted except where more than three (3) are specifically requested. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes (Block E of the SF 330) must be provided for these disciplines, including consulta nts. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Mapping production using the Tri-Service A/E/C CADD Standards and Tri-Service Spatial Data Standards for Facilities, Infrastructure, and Enviro nment (SDSFIE); (2) Converting non-standard CADD graphics and GIS data sets to SDSFIE data structure; (3) Development of project level GIS implementation featuring feature classes or coverages that are SDSFIE compliant; (4) Development of GeoDatabase using Access or SQL that are SDS compliant; (5) Digital photogrammetric services including type sensor used, software package utilized and products derived; (6) Topographic surveys that include underground utilities in congested areas and the process involved i n marking the utilities. In Block H of the SF 330 include a matrix for items (1) thru (6) which correlates each item with example projects listed in Section F. Also in Section H describe the quality management plan for the firm, including quality assurance and coordination of the in-house work with consultants. Section H shall be limited to no more than 10 pages. C. Capacity to Accomplish the Work: (1) Show capacity of firm to furnish equipment and personnel to maintain four detailed topographic crews; (2) Personnel and equipment to acquire, process and analysis digital imagery. D. Past Performance: Past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Eva luations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Geographic Location: Geographic location with respect to the Southeastern United States. SUBMISSION REQUIREMENTS: Interested Architect-Enginee r firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland , 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30 . Include DUNS number in Block 5 of the SF330 PART I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Use no more than one page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not conside red a project. Multiple task orders that are associated with a single project may be used and will be considered a single project. However, listing a single contract with all its task orders which may be unrelated are not considered a single project. A tas k order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall be limited to no more than 10 pages. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 12 OCTOBER 2006. Regulation requires that the Selection Board not consider any su bmittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is tentativel y scheduled to commence on or about 16 OCTOBER 2006. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors qualifications for the contract will be conducted only for those firms considered most highly qua lified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. To be eligible for contract award, a firm must be registered wi th the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN01142579-W 20060915/060913221803 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.