Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOLICITATION NOTICE

T -- The U.S. Army Corps of Engineers, Huntington District announces procurement of IDC for Photogrammetry and related services. POC for this requirement is Ginny M. Morgan, 304-399-5963, ginny.m.morgan@lrh01.usace.army.mil

Notice Date
11/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W9123707R0002
 
Response Due
12/21/2006
 
Archive Date
2/19/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Photogr ammetry, Geographic Information Systems (GIS) and related services are required for various civil works projects located within the Great Lakes and Ohio River Division (includes Alabama, Georgia, Indiana, Illinois, Kentucky, Maryland, Michigan, Minnesota, New York, North Carolina, Ohio, Pennsylvania, Tennessee, Virginia, West Virginia, and Wisconsin). The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington Distri ct, wage rates will be furnished and new line items included by modification. One indefinite delivery contract will be negotiated and awarded with a base year and two option years. The contract amount will not exceed $3,000,000.00 over the life of the co ntract. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in April of 2007. North America Industrial Classification System (NAICs) code is 541360, which has a size standard of $4,500,000.00 in averag e annual receipts. 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 on that part of the work it intends t o subcontract. The plan is not required with this submittal. Quality control plans will also be required for each task order, shall be specific to the work being performed under the task order, and will be required at the time of award for each task order. 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 locati on (not the location of work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at: http://www.ccr.gov. PROJECT INFORMATION: Photogrammetric requirements wi ll consist of aerial photography, airborne Global Positioning Systems (ABGPS), geodetic and photo control survey, aero-triangulation, stereo compilation, digital orthophotography, Light Detection and Ranging (LIDAR). GIS requirements will consist of GIS da ta collection, data conversion, attribution and metadata. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion then by subcriterion). Criteria a. thru f. are primary. Criteria g. thru i. are seco ndary and will only be used as tie-breakers among technically equal firms: (A) Specialized Experience: Firms must demonstrate experience in aerial photography, ABGPS, geodetic and photo control survey, aero-triangulation, stereo compilation, digital ortho photography, LIDAR. GIS experience in data collection, data conversion, attribution and metadata. (B) Professional Qualifications: Evaluation of professional qualifications such as professional registrations/licenses, advanced training and specific work e xperience of key personnel. Key personnel are as follows: 1) Certified photogrammetrists, 2) Professional land surveyors, 3) Stereoplotter operators, 4) GPS technicians, 5) CADD operators, 6) GIS analysts, 7) Pilots, and 8) Aerial photographers. (C) Equipm ent: Firms must provide a narrative demonstrating the availability of adequate equipment. Photogrammetric equipment will include: 1) airworthy aircraft, 2) certified aerial cameras, 3) photographic lab for producing aerial photography, 4) inertial motion unit 5) geodetic grade GPS receivers, 6) hardware and software to perform aero-triangulation and map compilation and 7) high resolution scanner capable of seve n micron resolution. GIS equipment will include: 1) large format scanner and 2) hardware and software to process and compile GIS data. (D) Capacity: Capacity of the firm to perform approximately $1,000,000.00 in work in the required type in a one-year per iod and accomplish the anticipated work in an efficient manner. The evaluation will consider the experience of the firm in similarly sized projects, scope, complexity and the size and qualifications of the firms staff in the required disciplines. The fir ms staff must be capable of responding to multiple task orders concurrently and within the specified performance periods. The evaluation will consider the availability of an adequate number of personnel in key disciplines. The firm should have one point of contact for this contract and demonstrate past working relationships with subcontractors. (E) Past Performance: Performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determine d from ACASS and other sources. (F) SB and SDB Participation: If subcontracting proposed, extent of participation of small businesses (including women-owned and hubzone), small disadvantaged businesses, service disable veteran owned, historically black c olleges, measured as a percentage of the total subcontracted effort, if applicable. (G) Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. (H) Equitable Distribution of DOD Contracts: Volu me of DOD A-E contracts 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. (I). In order to properly evaluate each of the criteria, a Design Management P lan shall be provided with sufficient detail to understand the firms management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the interrelationship of management and various team comp onents (including sub-contractors). SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of a current completed Standard Form 330 (SF 330, 06/04 edition), Architect-Engineer Qualifications for the p rime and all consultants and any supplemental information which documents the firms qualifications to the above address no later than 4:30 p.m. on December 21, 2006. Include the firms DUNS number in Block 5 of the SF 330. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a proposal. Please do not register at the Huntington District website. Only timely SF 330s will be considered.
 
Place of Performance
Address: US Army Engineer District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN01185013-W 20061123/061121220847 (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.