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
SOLICITATION NOTICE

R -- PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACTS FOR MAPPING SERVICES, VICKSBURG, MS

Notice Date
9/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-06-A-0003
 
Response Due
10/31/2006
 
Archive Date
12/30/2006
 
Small Business Set-Aside
N/A
 
Description
PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACTS FOR MAPPING SERVICES, VICKSBURG DISTRICT. Due: October 31, 2006. POC Mrs. Jennifer Chambers 601/631 5562. Work will be accomplished under up to two (2) Indefinite Delivery Contracts NTE $1.0M (with an option for an additional $1.0M) by the issuance of individual task orders, NTE $1.0M. The option may be exercised at any time upon the exhaustion of funds during the first year. The work consists of professional services for MAPPING primarily within the limits of the Vicksburg District, which includes parts of Arkansas, Louisiana, and Mississippi, but work may be required outside the Vicksburg District and may be required outside the continental United States. The anticipated contract award date is F ebruary 2007. This announcement is open to ALL BUSINESSES REGARDLESS OF SIZE. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan. Effective 14 June 1999, the small busi ness size standard for A-E services (SIC code 8711) is $4.0 million. Subcontracting intentions are to be outlined in the contractors submittal 2. PROJECT INFORMATION: Work includes professional services consisting of MAPPING of hydrographic, topographi c, cadastral and control surveys, mosaics, data base population, photogrammetrics; lidar mapping: collection, interpretation and mapping of data; aerial photography: flying and processing of orthophotography. 3. PRE-SELECTION CRITERIA: Preselection will be based on the following considerations, which are of equal importance. The firm (either in house or through association of a qualified consultant) must: (a) have a licensed civil engineer and sufficient capacity of personnel experienced in the followin g classifications: Drafting (standard and CADD), photogrammetry, including flying photography, lidar and computing technician. (b) Have experience in the types of work described at selection criteria (a). (c) Indicate the capability to respond to the Vick sburg District Office in a timely manner. (d) Indicate the necessary equipment to perform the above mapping. (e) Indicate capabilities to do 60 percent of work in-house. (f) Demonstrate experience in use of CADD systems, including Inroads, MGE, ArcGIS, IRAS C, Bentley GeoGraphics, and Bentley Descartes etc. All drawings shall be furnished in Bentley Microstation design file compatible format. Deliverables shall be provided on one of the following types of media: 3.5-inch high density Windows NT copy, o r ISO 9660 (International Standard Organization) format CD-ROM (Preferred); 8mm exabyte tape Windows NT Backup, external hard drives, and file transport protocol through the Internet and/or plotted hardcopy. The aforementioned files and backups must be of current version in operation by the Vicksburg District at the time of contract award. Responding firms must, as a part of their response, state the type of CADD system to be used in this effort and explain in detail how the system will be made compatible with the Vicksburg District Graphics System. Firms failing to submit, as part of their response information, on how they will achieve complete CADD compatibility with the Vicksburg District System will not be considered. 4. SELECTION CRITERIA: Selectio n shall be based on the following: The selection criteria are listed in descending order of importance (first by major criterion and then by each sub criterion). Criteria A thru E are primary. Criteria F thru H are secondary and will only be used as a tie-breaker, if necessary in ranking the most highly qualified firms. (A) SPECIALIZED EXPERIENCE: The selected firm must have demonstrated specialized experience in general mapping techniques with specific emphasis on the mapping of topographic, hydrogr aphic, cadastral and control surveys including (standard and CADD aerotriangulation and photogrammetric map compilation), flying, interpolating and editing lida r data; flying and processing aerial photography. (B) CAPACITY: The firm should have necessary personnel, including management personnel, with demonstrated experience and qualifications in all areas of mapping required above, and have the necessary equip ment to assure prompt response to and completion of mapping assignments. (c) PROFESSIONAL QUALIFICATIONS: The firm should emphasize professional registration, advanced degrees, and specific work experience of key personnel. The selected firm should also indicate adequate management personnel with required qualifications and experience in mapping to assure prompt response to mapping assignments. (D) PAST PERFORMANCE: Consideration will be given to ratings on previous DoD contracts for mapping services. ( E) KNOWLEDGE OF THE WORK AREA: The selected firm must demonstrate familiarity with terrain in the Vicksburg District and with the CADD techniques used to map surveys representing drastic relief and drainage pattern changes such as those that occur within the Vicksburg District. (F) EXTENT OF PARTICIPATION OF SB, SDB, Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) in the contract team: Participation will be measured as a percentage of the total anticipated contract effor t, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. (G) GEOGRAPHIC PROXIMITY TO VICKSBURG, MISSISSIPPI: (H) DoD CONTRACT AWARDS IN THE PAST 12 MONTHS: The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. 5. SUBMISSION REQUIREMENTS: : Interested firms must send one copy of SF 330 as well as part II o f each consultants SF 330 to U.S. Army Engineer District, Vicksburg, ATTN: Jennifer Chambers, A-E Services (CEMVK-ED-CE) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include DUNS number on all submittals. Note the following restrictions on submitt alResumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will be limited to a maximum of 20 pages. Additional information (Section H) will be limited to a maximum of 20 pages. Pages in excess of the maximu m of 20 will be discarded and not used in evaluations. All telephone calls should be directed to Mrs. Jennifer Chambers, (601) 631-5562. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not a Request for Proposal. This is not a Request for Proposal. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan shall separate percentage goals co mposed of direct cost, indirect costs, or a combination of the two for using small and small disadvantaged business subcontractors. Questions relative to the subcontracting plan may be directed to Mrs. Shirley Reed, Deputy for Small Business, (601). 631- 5347. Email: jennifer.b.chambers@mvk02.usace.army.mil URL: http://www.mvk.usace.army.mil/contract. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, Vicksburg District, CEMVK-ED-CE, Attn: Jennifer Ch ambers, 4155 East Clay St. Vicksburg, MS 39183-3435. ****NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN01156060-W 20060929/060927220948 (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.