Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR HYDROGRAPHIC SURVEY AND RELATED SERVICES, VARIOUS LOCATIONS, ALASKA

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-07-R-0008
 
Response Due
1/16/2007
 
Archive Date
3/17/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: No additional information shall be provided and no solicitation will be issued. Interested firms shall respond by submitting a SF 330 listing their qualifications in accordance with the instructions below. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on January 16, 2007. This is not a request for proposal. This Indefinite Delivery contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FA R Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541370, which has a size standard of $4,500,000 in average annual re ceipts. To receive award contractors must be registered in the CCR. 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 subco ntracting plan for that part of the work it intends to subcontract. The FY 06 subcontracting goals for this contract are a minimum of 51.2% of the contractor's intended sub contract amount be placed with small businesses, with 8.8% of that to small, disad vantaged businesses, 7.3% to woman-owned small businesses, 3.1% to HUB Zone small businesses, and 1.5% to service disabled veteran owned small businesses. The subcontracting plan is not required with this submittal. More than one contract is anticipated, but no more than two (2) contracts will be awarded. Contracts may be awarded concurrently or may be staggered at two (2) to six (6) month intervals. The contract(s) shall be indefinite delivery firm fixed price with a contract limit of $2,100,000 over t hree years. There is no specific task order limit except the limit of the contract(s). The first contract award is anticipated for the 2nd quarter of FY 2007 (Jan - Mar 2007). In accordance with FAR 16.505 (b)(1), the contracting officer must provide ea ch awardee a fair opportunity to be considered for each order exceeding $2,500 issued under multiple delivery-order contracts or multiple task-order contracts, except as provided for below. Fair Opportunity: This District currently has a contract in plac e for like services. The allocation of requirements to each of these contracts will be based on the assessment of best value for the Government, and may include an assessment by the Government of any or all of the following factors. a. Equitable allocati on of work among contracts; b. Specific and unique capabilities; c. Apparent capacity of the contractor to perform the anticipated type of work; d. Past performance on earlier orders under the contract, including quality, timeliness and cost control; e. A bility to accomplish the order in the required time, and meet required delivery schedules. f. Experience and/or ongoing work (locality and/or type); understanding of local factors and geography. g. Remaining contract capacity to include potential impact on other orders placed with the contractor. h. Minimum order requirements. i. Available personnel. j. The amount of time contractors need to make informed business decisions on whether to respond to potential orders. Exceptions to the fair opportunity process. The contracting officer shall give every awardee a fair opportunity to be considered for a delivery-order or task-order exceeding $2,500 unless one of the following statutory exceptions applies: a. The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays; b. Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly sp ecialized; c. The order must be issued on a sole-source basis in the interest of economy and efficiency as a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. d. It is necessary to place an order to satisfy a minimum guarantee. All responders are advised that this contract may be canceled or revised a t any time during the solicitation, selection, evaluation, negotiation, and final award. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guarantee work to selected firms. To be eligible for co ntract award, a firm must be registered in the DoD Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at http:// www.ccr.gov or by calling the CCR Assistance Center at 888-227-2423 or 269-961-5757. For ORCA, register at https://orca.bpn.gov/login.aspx Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 for each subcontractor necessary. The contrac tor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary ski lls to perform the contract. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are hydrographic surveys for harb or and channel projects, but m ay also include topographic surveys, aerial photography and mapping (LIDAR), GPS control, boundary establishment, 3D digital mapping, office computations, and other specialized surveys for use in developing construction contr act plans and specifications. The selected firm must demonstrate the ability to provide AutoCAD formatted drawings and all support files that conform to and are compatible with the Alaska District CAD systems through the life of this contract, for all pro jects. 3. LOCATION: Various Locations, Alaska. 4. SELECTION CRITERIA: The following selection criteria are listed in descending order of importance: (A) Minimum of one surveyor who possesses a current land surveyors license with the State of Alaska, wit h preference given to the firm (s) with this person permanently on staff; (B) Specialized experience and technical competence as follows: (1) The AE must have five years of experience in hydrographic surveying with at least two years of direct technical re sponsibility for hydrographic surveying of navigable harbors and channels, (2) the AE must have available experienced staff with the knowledge of modern electronic horizontal positioning systems including the Global Positioning System (GPS) with the capabi lity of providing sub-meter accuracy in the dynamic mode, (3) experienced staff available for operation of a vessel during survey operations, (4) an electronic positioning and depth finding system utilizing modern surveying software, (5) has the capacity t o perform multi-beam survey work, and (6) must possess, or provide copy of application submitted for intent to possess within one year, certification by the American Congress on Surveying and Mapping (ACSM) as an Inshore Certified Hydrographic Surveyor; (C ) Knowledge of locality: (1) staff with the know ledge of Alaskan weather and water conditions, (2) availability of AE to meet frequently with Corps personnel at the Alaska District headquarters in Anchorage, and (3) the ability to mobilize to Alaskan sit es within 48 hours for response to emergency situations; (D) capacity to maintain schedules and accomplish required work on two simultaneous delivery orders; (E) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. Criteria F-H are secondary criteria and will only be used as 'tie-breakers' among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (F) Geographic proximity in relation to the work; (G) Volume of DO D contract awards in the last 12 months; and (H) The extent of part icipation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provid e ONLY 1 copy and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percent age involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 editio n of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acr obat PDF and Form Flow formats. Part I-H of the SF 330 describes the firms overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I and II of the SF 330 must be submitted. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: VISIT ORS TO ELMENDORF AFB: NOTE: BE ADVISED THAT DUE TO BASE SECURITY MEASURES, Y OU WILL NEED EXTRA TIME TO PROCESS THROUGH THE GATE. You are required to have the following to obtain a base pass: current Anchorage emissions control inspection certificate, driver's license, DOD ID card (if applicable), proof of insurance, Alaska vehicl e registration, and Contracting Division point of contact/telephone number. In addition, contractor must submit a request for pass at least 48 hours prior to desired date and time of base entry. For a day pass request, please contact Roger D. Williams, a t 907-753-5571 or e-mail request to r.david.williams@usace.army.mil. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal.
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN01185795-W 20061124/061122220815 (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.