Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
MODIFICATION

C -- SMALL BUSINESS SET-ASIDE FOR FIRM-FIXED PRICE ARCHITECT-ENGINEER CONTRACT (1 YEAR/4 OPTION PERIODS) FOR INLAND ELECTRONIC NAVIGATIONAL CHART (IENC) UPDATE AND MAINTENANCE SERVICES FOR THE U.S. INLAND WATERWAY SYSTEM

Notice Date
9/27/2006
 
Notice Type
Modification
 
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
W912P806R0243
 
Response Due
10/23/2006
 
Archive Date
12/22/2006
 
Small Business Set-Aside
N/A
 
Description
FIRM-FIXED PRICE ARCHITECT-ENGINEER CONTRACT. SOLICITATION W912P8-06-R-0243. THIS IS A SMALL BUSINESS SET-ASIDE. Contract Specialist, Pamela Moody, (504) 862-1547, e-mail: pamela.s.moody@mvn02.usace.army.mil. Contracting Officer, Eileen Darby, ( 504) 862-1996, e-mail: Eileen.m.darby@mvn02.usace.army.mil. 1. CONTRACT INFORMATION: a. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A firm will be selected for negotiation based on demonst rated competence and qualifications for the required work. b. North American Industrial Classification System (NAICS) Code is 541370. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Regist ration (CCR) via the CCR Internet site at http://www.ccr.gov or OCR or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. ATTENTION: Effective January 1, 2005, all contractors who submit an offer/bid are required to register in the Online Representations and Certifications Application (ORCA). See FAR clauses 52.204-7 and 52.204-8 for requirement information. The website for ORCA is http://orca.bpn.gov. ORCA registration replaces some of the Representations and Certification s. c. A firm-fixed price Architect-Engineer contract will be negotiated and awarded with a base period not to exceed one year and four option periods not to exceed one year each. Contract value is approximately 1 to 2 million dollars over the 5 year perf ormance period. Anticipated award date is in or about November 2006. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base perio d or preceding option period has been exhausted or nearly exhausted. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined relative to the employees office location (not the location of the work). This announcement is restricted to small business. d. The primary purpose of this proposed contract is to provide A-E services of Cartographic/Geographic Information System (GIS) support for the U.S. Army Corps of Engineer s (USACE) Inland Electronic Navigational Charting Program. This contract will be used to provide services within the geographic boundaries of all U.S. Army Corps of Engineers Districts. 2. PROJECT INFORMATION: a. The contract requirement is to maintain a suite of USACE Inland Electronic Navigational Chart (IENC) cells in a continual maintenance update environment. The suite of approximately 50 IENC cells encompasses much of the U.S. Inland Waterway System, to include the Arkansas, Atchafalaya, Black Warri or, Illinois, Mississippi, Missouri, Ouachita, Red River (LA), Tenn-Tom, and Tombigbee Rivers; as well as assorted special-purpose charts and Marine Information Object (MIO) IENC layers. All maintained chart products shall comply with S-57 ENC specificati ons and USACE Encoding Guide rules. b. The USACE charts shall, via a monthly update cycle, be systematically revised to incorporate the latest information required for safe navigation in national inland waterways and harbors. The IENCs will be maintained through the periodic application of all new source material (both critical and non-critical source) primarily supplied by USACE or other approved reference sources. New source may include, but is not limited to, hydrographic surveys, topographic surveys, digital manuscripts, US Army Corps of Engineers (USACE) channel condition reports, construction permit blueprints and letters, construction completion letters, private source letters and blueprints, updated US Coast Guard (USCG) Light Lists, and routine U SCG Notice to Mariners bulletins. Updating includes maintaining Chart History files/documents, manual/digital audit trails for each IENC cell. There is a requi rement for robust computer processing, data storage, data management, data archival and data recovery capabilities of government data and project data for life of project. Deliverables are providing monthly: new source review, reviewed/updated product(s) i n form of monthly IENC Update file(s) and IENC New Chart Edition(s), monthly chart history updates, monthly status reports, and periodic MIO updates, as required. c. Other requirements include maintaining auditable work flows, evolving work plans, routine progress reporting, providing verifiable QA/QC processes, providing expert knowledge via attendance at meetings, development of technical white papers, and modification/update of IENC maintenance processes in tandem with evolving state of the art and new industry standards. No field data collection is required for this contract. However, participation in IENC field verifications may be required. d. The work may involve all of the following disciplines/services: Charting, Geography, Cartography, GIS, Geoma tics, Hydrographic Science, Civil Engineering, Surveying, Computer Programming, and Computer Systems. e. The work may involve the following: (1) Compiling the field data into the appropriate digital format for use in IENCs; (2) Compiling and application of surveyed topographic and hydrographic data, requiring knowledge of riverine, coastal, and tidal datums; (3) Utilizing Chart Production Tools, GIS, CADD, MS Excel, MS Access, and other digital data source formats for use in IENCs; (4) Analyzing and prepari ng reports with photos and documentation of IENC update program and contractor actions. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in order of precedence. Criteria (1) thru (7) are primary. Cri teria (8) and (9) are secondary. (1) Specialized experience and technical competence of the firm and its key personnel to perform IENC services and produce the products, documents, and services listed in paragraph 2 above. (2) Professional qualifications o f the key technical personnel, including relevant professional registrations/certifications in hydrographic science, geomatics, civil engineering, and surveying, available to work on this contract in the following disciplines / services: Charting, Geograph y, Cartography, GIS, Geomatics, Hydrographic Science, Civil Engineering, Surveying, Computer Programming, and Computer Systems. (3) Capacity (personnel and equipment) to perform the work in the required time to perform monthly review and update of IENC sui te using all of the latest versions of industry standard software and other related software packages utilized by USACE; produce IENCs; and provide the following minimum personnel: one Project Manager, two Cartographer/Geographers, and three GIS/CADD/Carto graphic technicians; with sufficient resources to accommodate peak workloads and continuity of operations. Key firm and production staff must possess or be able to obtain Confidential Clearance.(4) Demonstrated skills and experience in producing IENCs/E NCs with full S-57 ENC compliance and application of computer cartography. (5) Quality Control Plan Outline. (6) Past performance on Department of Defense and other contracts with respect to cost control, quality of work and compliance with performance sch edules. (7) Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, historically black colleges an d universities, and minority institutions on the proposed contract term as measured as a percentage of the estimated effort. (8) Volume of DoD A-E Contract Awards in the last 12 months with the objective of affecting an equitable distribution of DoD A-E co ntracts among qualified firms, including SB and SDB. (9) Location of the firm in the general geographical area of USACE New Orleans District and/or ERDC Topogra phic Engineering Center. 4.SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms, which meet the requirements described in this announcement, are invited to submit 6 copies of SF 330 (SF 330 replaced both SF 254 and SF 255 which are no longer accepted) for the prime firm and all subcontractors and consultants to the address below not later than 4:30 p.m. on October 23, 2006. Include the firm's DUNS (Data Universal Numbering System) Number. Include an organizational char t in block 12 of SF 330 of all key staff, equipment requirements, the use of subcontractors or consultants, and describe the firm's process quality control plan, including coordination of subcontractors and consultants. Each offeror/consultant listed withi n Part 1 of the SF 330 must submit Part II of the form with this package. In the SF 330, Part I, Section F, cite whether the experience is that of the prime (or joint venture) from an office other than that identified in Block 21 shall be so labeled. The evaluation factors listed 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. As some field activities may occur, an outline of safety pl an is required. A complete Safety Plan will be required after contract award. Safety performance data (person-hours lost) must be submitted including data for any subcontractors. A detailed Quality Control Plan must be received and approved by the Governm ent prior to contract award. For overnight or courier deliveries, the physical address is U.S. Army Engineer District, New Orleans, 7400 Leake Avenue, ATTN: CEMVN-CT-W, Room 184, New Orleans, LA 70118-1030. This is not a Request for Proposal. Refer to Sol icitation No. W912P8-06-R-0243.
 
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
SN01156051-W 20060929/060927220937 (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.