Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
MODIFICATION

C -- A&E Services for Surveying and Mapping

Notice Date
2/12/2007
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-07-R-0007
 
Response Due
3/13/2007
 
Archive Date
5/12/2007
 
Small Business Set-Aside
N/A
 
Description
The work consists of SURVEYING AND MAPPING SERVICES FOR THE U.S. ARMY ENGINEER DISTRICT, GALVESTON,TEXAS. . An ARCHITECT-ENGINEER INDEFINITE DELIVERY CONTRACT will be awarded with 1 Base year and two option years. The North American Industry Classification System (NAICS) code for this action is 541370, Professional Surveying and Mapping Services. The Small Business Size Standard is $4.5 million and will be advertised Unrestricted. Specifications will not be available in paper format or on compact disc. This solicitation will be distributed using the Federal Technical Data Solutions (FEDTEDS) system. Interested offerors must register with FedTeds before accessing the system. Registration instructions can be found on the FedTeds website (https://www.fedteds.gov) by clicking on the Register with FedTeds hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeds) may view and/or download this solicitation and all amendments for the Internet after solicitation issuance at the following Internet address: http://www.fedtds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumb er=W912HY-07-R-0007. It is the offerors responsibility to monitor the FedBizOpps website and FedTeds website (using the above link) for amendments to the solicitation. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. To be placed on a Plan Holders List for this solicitation, visit the new ECBMS System at https://ebs.swf.usace.army.mil/ebs/AdvertisedSolicitation.cfm. Offerors must be registered with the Central Contractor Registration (CCR), in order to receive a Government contract award. To register, the CCR Internet address is:http://www.ccr.gov. The Contract Specialist for this solicitation is Jacqueline Adekanbi, (409) 766 3100 or via e-mail at jacqueline.b.adekanbi@swg02.usace.army.mil. For technical information about this solicitation, please contact Ms. Leigh Adams, Civil Engineer Technician at 409 766- 3175 or via email at leigh.a.adams@SWG02.usace.army.mil. Subcontracting goals for the Galveston District are: 51.2% - Small Business; 8.8% - Small Disadvantaged Business; 7.3% - Woman-Owned; 3.1% - HUBZone Small business; 1.5% - Service- Disabled Veteran-Owned Small Business. Proposals are due 13 March 2007 @ 2:00 P.M. Attn: U.S. Army Corp of Engineers, Galveston District, Contracting Division, Jacqueline Adekanbi, 2000 Fort Point Road, Galveston, Texas 77553- 1229. (1) CONTRACT INFORMATION: Architect-Engineer services for professional surveying and mapping services, both land and hydrographic, to be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various projects within the Galveston District Boundaries. One indefinite delivery contract (IDC) will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. Exercising of the options will be at the discretion of the Government. Work will be issued by negotiated, firm- fixed-price task orders. The maximum quantity of services the Government may order is limited to three million and no/100 dollars ($3,000,000.00) over the entire contract period and one million and no/100 dollars($1,000,000.00) per task order except under conditions allowed by regulations and within the authority of the Contracting Officer. Minimum guaranteed amount is $5,000 should no work be ordered during the contracts base year. The contract is scheduled for award in May 2007. The contract will be in effect concurrent with another contract for similar survey services. Task orders may be placed with the Contractor that the Contracting Officer determines best qualified considering experience in the specific work requirement, familiarity with the work area, capacity to complete the order in the required time period, quality of performance on previous orders, and/or distribution of work in relation to the effective period of each contract, if significantly less work has been awarded under the other contract. 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 to subcontract. The plan is not required with this submittal; however, a plan approved by the Contracting Officer is required prior to award of the contract. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. (2) PROJECT INFORMATION: No specific work has been identified at this time. The Galveston District extends along the entire Texas Gulf Coast inland approximately 100 miles and into Louisiana. Services are to be used in support of engineering and planning studies, designs, operations and maintenance of navigation, flood control and beach erosion programs; real estate matters; and other requests of the District, both civil and military. Work locations will include terrain of varying types, steepness and consistencies ranging from dry land to soft marshlands including swamp and dredged material placement areas which may be covered by shallow water. Locations will also include inland waterways and channels, rivers, streams, lakes, bays and other similar bodies of water, and waters offshore. The work consists of hydrographic, topographic, cadastral, and various other types of land surveys and associated office work to include but not be limited to: horizontal and vertical control (second and third order); cross sections and profiles on land and water; topographic and planimetric surveys; construction layout; base lines and reference lines; property and boundary surveys; monumentation with descriptions of survey points; computations and compilation; drafting; and general office work necessary to accomplish the final product prescribed in each task order. Horizontal and vertical control will be Corps of Engineers, National Geodetic Survey and local networks as approved by the Contracting Officer. Hydrographic surveys shall be performed using automated data collection systems. Control shall be established by transit/level, total station, electronic data collectors and/or Global Positioning System (GPS) as required by the Contracting Officer. End products shall be submitted in field books, reports, maps and drawings in hard copy and digital formats compatible with the Districts word processor (Word 2000 or later), spreadsheet (Excel 2000 or later) and Computer Aided Design and Drafting (CADD) (Bentley Microstation Design File (DGN) version 8 (V8), In-Roads and Descartes for V8 systems, single beam and multi beam hydrographic surveys plots as may be required by the Contracting Officer. (3) SELECTION CRITERIA: See Note 24 for general A-E selection process (when applicable). The selection criteria are listed below in descending order of importance (first by major criterion and then by sub-criterion). Criteria a-f are primary while criteria g-i are secondary and will only be used as tie-breakers among the technically equal firms: a. Specialized experience (within the past two years) and technical competence of the firm and its staff in using both conventional and automated methods and equipment: (1) Hydrographic, topographic and cadastral surveys; horizontal and vertical control (second and third order); cross sections and profiles on land and water; topographic and planimetric surveys; construction layout; base lines and reference lines; property and boundary; monumentation with descriptions of survey points; computations and compilation; drafting; general office work neces sary to furnish reduced and/or plotted field data and other final products; and delivering data in formats compatible with the Galveston Districts word processor, spreadsheet and Microstation/Bentley CADD systems, as and when required; (2) Own or lease: static and kinematic GPS equipment capable of subcentimeter measurement accuracy; electronic total station with data collector; CADD data processing equipment compatible with the Galveston Districts Microstation/Bentley CADD systems; automated hydrographic survey software compatible with the Galveston Districts ONSITE survey acquisition and processing software; survey vessel capable of being trailered to and operated in U.S. inland and coastal waters; 100 or greater survey vessel with captain and crew available to operate in coastal waters along the Texas Coast within 24 hours of notification: conventional field equipment (transit, level, total station, etc.). (3) Prior association of the prime firm and the subcontractors, management structure and coordination of the team. In-house capabilities will be considered heavier than work subcontracted. b. Qualified personnel with experience in the following key positions: (1) Registered Professional Land Surveyors licensed in the state of Texas. (2) Survey and Engineering Technicians experienced in automated hydrographic data collection. (3) Party Chiefs and Instrument Persons experienced in gathering survey data by conventional instruments, electronic data collectors and GPS methods. (4) Engineering and Survey Technicians experienced in compilation and computation of data obtained by both conventional and automated survey methods. (5) Drafts Persons and CADD Operators experienced in processing survey data. (6) CADD Managers experienced so as to provide digital data in a format compatible with the Galveston Districts Microstation/Bentley CADD System. (7) Rod and Chain Persons (8) Boat Operators. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. Quality assurance/quality control measures to deliver end products within prescribed surveying, mapping and drafting accuracies and on schedule. d. Knowledge and familiarity with the Texas State Plane Coordinate System and familiarity with conditions typical to the Texas coast such as marsh terrain, corrosive atmosphere, flooding, hurricanes, etc. e. Past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, compliance with performance schedules, and cooperativeness. Please include previous Government Contracts Your Firm Held Which Experienced Occurrences of Cost and Schedule Growth (1) List all past Government contracts over the last 5 years where cost and/or schedule growth occurred. (2) Describe the circumstances of each instance of cost and/or schedule growth. (3) Describe the construction quality assurance and time control plan your firm had in place at the time of each cost and/or schedule growth event. (4) Describe the controls in place to maintain the project budget at the time of each cost and/or schedule growth event, including cost control systems and procedures. (5) Describe for each instance of previous cost and/or schedule growth what plan, if any, was in effect to minimize those cost overruns caused by owner initiated changes, unnecessary specification requirements, unforeseen circumstances, and delays. f. Capacity to perform two $200,000 task orders simultaneously. The evaluation will consider the experience of the firm and any consultants in similar size projects, and availability of an adequate number of personnel in key disciplines to accomplish field and office activities considering the firms commitment to the Government and its repetitive daily clients. g. Geographic location of the firm because of the potential for extensive travel throughout the District by survey crews. h. Extent of participation of SB, SDB, and minority institutions in the proposed contract team. i. Volume of DOD contract awards in the last 12 months as described in Note 24 (when applicable). (4) SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit four copies of completed US Government Standard Form (SF) 330 for the prime contractor and all firms which will be a part of the team. Submittals shall be mailed to: U.S. Army Corps of Engineers, Attn: Jacqueline Adekanbi, Contracting Division, 2000 Fort Point Road, Galveston, Texas 77550 no later than 2:00 p.m., CST 13 March 2007. SF 330s received after the time and date will not be considered. Only those firms responding to this announcement will be considered. Qualification data submitted must demonstrate the ability and technical expertise of the firm and its staff to perform the survey services described in this announcement. Additional information requested of each firm responding: (1) Indicate in block 4 and 8c, Part II, the Contractors Dun and Bradstreet Number (DUNS). Provide the Tax Identification Number (TIN) of the Prime and Contractor and Government Entity (CAGE) code by separate cover letter. (2) Provide in block 7 of Part I a telefax number (if any). (3) List in the appropriate block prior names of the firm used in the past three years including parent company, branch offices, affiliates, associates, and subsidiaries. (4) Provide in Section E, Block 6 of Part I resumes of ALL personnel who will be involved, state their respective function and indicate their experience in that function. (5) Provide in block 30 of Part I a detailed current equipment list by brand name and type of survey instruments and systems; boats; skiffs; vehicles; computer hardware and software; proposed CADD system and how it will be compatible with the Galveston Districts Microstation; etc. (6) Firms Tax Identification Number (TIN) (if available). (7) ACASS number (if any) for all firms and branch offices (8) Complete one Section F of Part I for all projects/contracts awarded to the firm an d its affiliates which best illustrates the teams qualifications for this contract, dollar amount and completion date of each award. (9) Discuss in block 30 of Part I why the firm is especially qualified to provide surveying and mapping services. Firms responding with multiple offices: (1) Indicate personnel strength in block 9 of Part II. (2) List which office or firm is under contract for any of the contracts listed in Section F of Part I. Provide a statement in Block 5b of Part II to the effect that the firm is or is not a small business, small disadvantaged business or woman-owned business. For the purposes of this procurement, small business is defined as a concern, including its affiliates, having average annual receipts for its preceding three fiscal years not in excess of $4,500,000. All information must be included on the SF 330 (cover letter and other attachments will not be considered in the evaluation process). Telegraphic and facsimile SF 330s will not be accepted. Personal interviews may not be scheduled prior to selection of the most highly qualified firms. This is not a request for proposal. See note 24.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN01230678-W 20070214/070212223613 (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.