Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOURCES SOUGHT

C -- IDIQ A-E Master Planning and Geographic Information Systems Worldwide. This contract will be for projects on a World-wide area of coverage for all major Federal agencies, States and local countries and municipalities.

Notice Date
3/29/2007
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-S-7088
 
Response Due
4/30/2007
 
Archive Date
6/29/2007
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT to be used for Market Analysis only to determine whether a minimum of 3 highly qualified A-E firms capable of performing all of the stated types of A-E services, exists within the small business community. ONLY SMALL BUSINESS FIRMS SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with the Brooks A-E Act as implemented in FAR Su bpart 36.6. This procurement will be conducted under North American Industrial Classification System Code (NAIDS) 541620, FSC Code C219; SIC Code 8748. The Small business size standard for the NAICS 541620 code is $6.5M. To be considered Small Business under this NAICS code, the respondents average revenue for the last three fiscal years cannot be more than $6.5M. All respondents, in response to this notice, must identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is a small business, 8(a) Program participant, HUBZone Small Business, Small Disadvantaged Business, Woman Owned Small Business, Veteran-Owned Small Business, or Service Disabled Veteran-Owned Small Business. All questio ns regarding Size status should be directed to the Contract Specialist, Carolyn Mallory, at (916) 557-5203, fax (916) 557-7854, email Carolyn.E.Mallory@usace.army.mil. When the requirement is solicited, firms will be selected for negotiation based on demo nstrated competence and qualifications for all of the required work. The anticipated type of contract is a Firm-Fixed-Price (FFP) , 5 Year/ $5M Total (Base Year and 4 Option Years, each for $1M) IDIQ contract. If the contract is set aside for Small Busin ess, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Secretary of the Armys Contractor Manpower Reporting (CMR) requirement will be incorporated into the anticipated contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports a ny Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being support. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil . 2. PROJECT INFORMATION: The A-E services are to provide Master Planning and Geographic Information System (GIS) related services to the U.S. Arm y Corps of Engineers (USACE) for various Federal, State and local agencies. This would be a World-wide area of coverage for all major Federal agencies, States and local counties and municipalities. The following are major work elements that would be incl uded in this type of work. These lists are not all encompassing. Conduct all aspects of Master Planning and Geographic Information Systems (GIS) for Department of Defense installations and bases, municipalities, cities and counties, other federal and sta te agencies. Services may include Planning, Programming, Engineering Studies, Geographic Information Systems and Computer Aided Design and Drafting, NEPA activities related to Master Planning, Comprehensive Planning, utility studies, Automated Mapping and Facility Management. NEPA activities related to Master Planning, Comprehensive Planning, utility studies, Automated Mapping, Facility Use Surveys, Real Property Database Updates, and Facility Management. Services may consist of preparation of utility an alyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, cost estimates, Project Development Brochures, Requirements Analysis Management Plans, environmental assessments and/or environmental impact statements related to the master planning process, installation design guides and economic analyses. Work may also consist of evaluation of requirements for hard ware and software, training, needs analysis, management of AM/FM/CADD/GIS systems, coordination and sponsorship of related conferences and the integration of AM/FM/CADD/GIS functions with other engineering systems and analysis models. Work may include 3-D modeling, graphics, videos and renderings. Work may also include collection of field data using hand-held PCs/devices/survey grade units using GPS and field GIS software. Work may also include establishing Enterprise GIS (EGIS) at various Government loc ations. Work may include posting to DoD Intranet/Internet servers. Work may include the digitization and/or scanning of maps, drawings, plans, photos and building plans with interior utilities. Services may include real property facility surveys with asso ciated databases. Services may be required to convert digital information to CD/DVD or other media for presentation. The firm selected may be required to supply macros and user commands for various software packages, environments/languages in a documente d format. Work may be performed in an AutoCAD, Microstation, Google Earth and ArcGIS, ArcIMS, GeoCortex, ArcGIS Server or equal environment. Firms shall have knowledge of corporate/enterprise databases such as Oracle, MS SQL Server, or equal. GIS work ma y be field, desk top or Intranet/Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. The firms selected must have the capability to provide new aerial color photography and false color infrared photo graphy, lidar, aerial surveys and photogrammetric products, including mapping and may be required to establish horizontal and vertical ground control using global satellite positioning or other techniques such as conventional surveying. Incidental plannin g documents such as sketches, technical specifications, 3-D layouts and project plans may be needed as part of these efforts. The contractor shall have the capability to develop CADD and GIS maps and plans. Preparation of planning applications and associ ated documentation. This and other related work may require the contractor to use computer models and conduct pilot projects to predict the planning impacts of mission changes at an installation. Master Planning and GIS training may be needed. This work w ill include the preparation and reproduction of all necessary training materials including overheads, Power Point slides, training manuals, and exercises. Other miscellaneous services that may be required as part of this work including the creation and po pulation of electronic database including the use the Geographic Information Systems with ESRI products or equal. Providing public and regulatory agency meeting support may be required. This work will include all Architectural-Engineering (A-E) and relat ed services necessary to complete the assigned task orders for master planning and GIS related services. A specific statement of work will be issued with each task order. It is anticipated a majority of the work will be located within South Pacific Divis ions existing military boundaries (states of California, Nevada, Utah, Arizona and New Mexico). However, to support DoD Major Commands and other Federal Agencies, work may also be required throughout the remainder of the Continental United States, and wor ld-wide, as determined by the Contracting Officer. 3. QUALIFICATIONS: All interested Small Business parties are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement of no more than 6 pages in len gth, which addresses the following key areas: A. MANAGEMENT (personnel/organizational staff experience, project management, etc.) - (1) The potential sources must identify their management staff in order to support the capability of concurrently managing over 20 open FFP task orders totaling approximately $1,000,000. (2) The management staff must be experienced in handling multiple complex environmental projec ts with a minimum of 5 years experience in work similar to that listed above. Identify which projects (submitted in (b)) where the management and technical staff have gained the experience. B. TECHNICAL - Potential sources must submit a list of recent pr ojects that demonstrate their knowledge and past experience relating to all the types of work (both Master Planning and GIS) described above. Submit only current and past clients no more than 4 years previous include brief description, identify if prime c ontractor, contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete, date completed, customer POCs and current phone number. Identify the projects (list Federal Agencies an d POCs and current Phone number) where the project management staffs have a good working relationship with Federal and or State agencies. The responses must be specific to each of the qualifications listed above to show that the respondent meets each qual ification or has the skills and experience. If a response does not show that the respondent meets each of the qualifications and possesses the skills and experience, it will not be considered by the Government. This is not a request for competitive propos als or quotations. There is no solicitation at this time. A determination by the Government to proceed with the acquisition as a set-aside for the 8(a) Program, HubZone, Small Business, or Unrestricted is within the discretion of the Government. All resp onses are due to the US Army Corps of Engineers, Sacramento District, Attention: William Mullery, 1325 J Street, Room 1611, Sacramento, CA 95814-2922, not later than 3 p.m. (local time), April 30, 2007.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01262266-W 20070331/070329222606 (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.