Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 18, 2007 FBO #1969
SOLICITATION NOTICE

C -- Indefinite Deliver Indefinite Quantity Contract for Hydrographic and Geodetic Control Surveying Services

Notice Date
4/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-07-R-0022
 
Response Due
5/16/2007
 
Archive Date
7/15/2007
 
Small Business Set-Aside
N/A
 
Description
Contract Information. The U.S. Army Corps of Engineers (USACE), Portland District, proposes to contract for Hydrographic and Geodetic Control surveying services. This synopsis is intended to result in an A/E Indefinite Delivery/Indefinite Quantity contract with a $250,000 Not-To-Exceed (NTE) award limit and a base period of one year. There is no minimum guarantee: funds may or may not be obligated under Task Orders (TOs) as specified therein. The contract will contain two option periods. Each opt ion, if exercised, would add an additional period of one year and increase the contract NTE amount by $250,000. Any option period may be exercised at the discretion of the Government before expiration of the previous period. Each TO issued under this con tract will be NTE $100,000. The resulting contract may be made available for use by other USACE elements with the consent of the Awardee. The Service Contract Act (FAR 22.10) applies to the wages and benefits of service employees performing under this cont ract. To be eligible for award a firm must be registered with the Department of Defense (DOD Central Contractor Registration (CCR) database. Register at the CCR Internet site tp:www.ccr.gov/index.cfm or by contacting the DOD electronic Commerce Informati on Center at 1-800-334-3414. This solicitation requires all interested firms to have on-line access to email via the Internet. Notifications will be via email, therefore, email address must be shown in block 8 of the SF 330. AE firms meeting the requireme nts described in this announcement are invited to submit a complete, updated Standard Form (SF) 330, Architect-Engineer Qualifications. TYPICAL SERVICES: Typical services to be provided will include hydrographic surveying, establishment of geodetic contro l, multi-beam high-resolution bathymetric surveys and some topographical mapping and charting. The selected firm must be able to produce topographical mapping data on a CADD system, provide complete hydrographic survey data files on CD ROMs in an ASCII f ormat and in Intergraph Microstation DGN format and, or in an AutoCADD DWG file format and provide design drawings that are fully compatible with Portland Districts Intergraph CADD Software and the Microsoft Windows XP Professional Operating System. The following services may be required under the contract but will not be a basis for selection: Report preparation, planning reports, progress reports, topographic survey shoreline work, supervisory surveyor and party chiefs reports, meeting safety standards, checking submissions for computer viruses, site investigation and analysis. SF 330 need not include information on these items; however the firm selected for negotiation may be required to provide these services during the course of the contract. SELECTIO N CRITERIA: DoD regulations direct the selection of AE firms based on the professional and technical qualifications necessary to perform the required services. Responses must comply with the requirements of this announcement and be submitted prior to the closing date and time to be considered for selection. Selection criteria for this contract is as follows and are listed in descending order of importance, first by major criteria, then by sub-criteria. Professional Qualifications: Evaluation will consider personnel to be assigned to the project, education, training, registration, overall and relative experience in hydrographic and geodetic surveying and longevity with the firm. The firm must employ in-house an individual who has a Professional Land Surve yor license in the states of Oregon and Washington. The following disciplines will be evaluated: (1) Supervisory Project Surveyor shall be a registered professional surveyor in Oregon and Washington; (2) Computer/CADD Technician shall be proficient in the operation of a computer aided design and drafting system, office PC computers, software programs, chart preparation and plotting programs. Minimum of 2 years experience, of which at least 1 year shall have been in the position of CADD operator, (3) Hydrographic Computer technician, Clerical, they will be proficient in typing and filing and in completing ENG form 93, PAYMENT ESTIMATE, CONTRACT PERFORMANCE, (4) P arty Chief, minimum of 6 years experience in general field surveying, 2 years in the position of Party Chief, (5) 1st Survey Technician, minimum of 2 years experience in general field surveying, (6) 2nd Survey Technician, minimum of 1 year experience in ge neral field surveying, (7) Survey Aid, must have knowledge of surveying techniques and be physically able to perform the work as required, (8) Boat Operator, shall have current valid US Coast Guard License to navigate passenger carrying vessels. The pers onnel operating the work/safety boat shall have complete knowledge of the Navigation Rules for International and Inland waters and an appropriate license to operate the work/safety boat. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Evaluation will co nsider specialized experience on similar projects, quality management procedures, pollution prevention, compatibility with Intergraph Microstation, version 8.0 format CADD system and technical capabilities such as equipment and resources to perform the req uired services. The AE firm must have at a minimum: (1) five years of experience in hydrographic surveying with at least two years of technical responsibility for hydrographic surveying of harbors and channels, (2) available in-house staff with the knowle dge of modern electronic horizontal positioning systems including the Global Positioning System (GPS) with the capability of providing sub-meter accuracy in the dynamic mode, (3) experienced staff available for operation of a vessel during survey operatio ns, (4) the capacity to perform multi-beam surveys, backscatter acquisition and presentation, side scan sonar, sub-bottom profiling and bottom classification work, (5) one permanent employee must possess, or provide copy of application submitted for inten t to possess within one year, certification by the American Congress on Surveying and Mapping (ACSM) as an Inshore Certified Hydrographic Surveyor, (6) Survey vessel with a minimum length of 24 feet and a demonstrable speed of 20 knots and a work boat with a minimum length of 12 feet. The survey vessel requires an electronic positioning and depth finding system utilizing modern surveying software and a digital/analog depth recorder with a motion sensor unit, adequate heading sensor to meet IHSO standards, sound velocity profiler and/or temperature and salinity meters in order to calculate proper speed of sound for shallow survey requirements, and survey instruments, computers and other pertinent equipment necessary for geodetic control survey work. KNOWLE DGE OF LOCALITY: Evaluation will consider the: (1) Knowledge of local river basins, geological features, coastline features, tides and climatic conditions of Washington/Oregon, (2 availability of AE to meet frequently with Corps personnel at the Portlan d District Headquarters in Portland, Oregon, (3) ability to mobilize to Oregon/Washington sites on short notice. CAPACITY TO ACCOMPLISH: Evaluation will consider adequate staffing available to accomplish required work on expected task orders as needed. Ability to provide at least 2 two crews for surveying, data collection, and post processing simultaneously. PAST PERFORMANCE: Evaluation will consider past performance on DoD, other Government agencies, and private industry contracts in terms of cost co ntrol, quality of work, and compliance with schedules. For selection criteria the Government will also evaluate each firms past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the eva luation process, which can affect the selection outcome. Subcontractor will also be evaluated. Offeror shall identify each subcontracting firm by name, discipli ne, and size status on SF 330. SUBMISSION REQUIREMENTS: Contacted firm(s) having the capability to perform this work must submit three copies of SF 330 for the prime firm and all consultants to: US Army Corps of Engineers (USACE), Portland District, 333 S W First Avenue, Portland, Oregon 97204-3495, ATTN Kenneth Piper, not later than the close of business (4:00 p.m. PDT) on 13 April 2007. Include the firms ACASS number on the SF 330. Verbal presentation of qualifications will not be permitted. This is n ot a request for proposal. Solicitation packages are not provided. Technical questions shall be directed to Dan Proudfit (503) 808-4349 Email Daniel.R.Proudfit@usace.army.mil, and administrative questions shall be directed to Ken Piper (503) 808-4619 Ema il Kenneth.G.piper@usace.army.mil. Reference W9127N-07-R-0022.
 
Place of Performance
Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR
Zip Code: 97208-2946
Country: US
 
Record
SN01274377-W 20070418/070416220807 (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.