Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

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
5/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-07-R-0027
 
Response Due
7/2/2007
 
Archive Date
8/31/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT REQUIREMENT: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. More than one firm will be selected for negotiation based on demonstrated competence and qualifications for the requ ired work. The A-E services are to provide Master Planning and Geographic Information System (GIS) related services to the U.S. Army 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. It is anticipated a majority of the work will be located within South Pacific Divisions existing military boundaries (states of California, Nevada, Utah, Arizona and New Mexico). H owever, to support DoD Major Commands and other Federal Agencies, work may also be required throughout the remainder of the Continental United States, and world-wide, as determined by the Contracting Officer. This work will include all Architectural-Engin eering (A-E) and related services necessary to complete the assigned task orders for master planning and GIS related services. Work also includes Civil works planning and studies. A specific statement of work will be issued with each task order. This pro curement will be conducted under North American Industrial Classification System Code (NAICS) 541310, Architectural Services; SIC Code 8712, which has a small business size standard of maximum $4.5 million of average annual receipts for its previous 3 fisc al years. This announcement is open to all firms regardless of size. The contract(s) will be negotiated and awarded within one year after the required response date to this announcement. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in September 2007. The contract will be for maximum one-year base period from the date of award and will contain options to extend 2 additional periods. The contract amount for the base period and any option will not exceed $1,000,000 for each period. The total contract amount shall not exceed $3,000,000. Individual task orders shall not exceed the annual contract amount. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. If the option is exercised prior to the one-year anniversary of the contract award date, or the anniversary of exercis ing an option, the new option year rates will take effect on the anniversary date of the contract award. If the Total Estimated Price of the base year or any option year is not awarded within that years 12 month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period contract amount. At the discretion of the Government, if an option year is exercised early and unused capaci ty is rolled over, the Government may extend the period of service to coincide with the anniversary date of that period. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order aw ards will be made as follows: (1) All awardees will b e given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting officer will consid er past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firms strength and previous experience in relation to the work requirements and geographic location described in the statem ent of work for each task order. Details of the selection process will be included in the resultant contracts. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with smal l and small disadvantaged business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative t o employees office location (not the location of the work). If a large business firm is selected for one of these contracts, it will be required to submit a detailed subcontracting plan at a later date. A detailed plan is not required to be submitted w ith the SF 330; however, the plans to do so should be specified in block H of the SF 330. If a large business is selected it must comply with FAR 52-219.9 regarding the requirement to subcontract. Sacramento Districts recommended goal for work intended to be subcontracted is 51.2% for small business. The goal further states that of the 51.2% to be subcontracted to small business, 8.8% is for small disadvantaged business(subset to small business), 7.3% is for small business/woman owned (subset to small b usiness), 3.1% for HUBZone small business(subset to small business) and 1.5% is for Service-Disabled Veteran-Owned Small business (subset to small business). If the selected firm submits a plan with lesser goals, it must submit written rationale of why th e above goals are not met. Firms should indicate personnel and subcontracts selected to work on the contract and state their management structure. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor R egistration (CCR). Register via the Internet Site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete annual representations and certifications at http://orca.bpn.gov. Contractor Perfo rmance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Ar my Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000.00, the USACE will evaluate contractors performance and prepare a performanc e report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment o n the evaluation for a period of 30 days. Accessing and using ACAASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110 - $125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: http://www.cpars.navy.mil/. If the Contractor wishes to participate in the performance evaluation process, access to CCASS and PKI certification is the sole responsibility of the Contractor. The S ecretary 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 o r supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being support. The A-E will be allowe d 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 following are major work elements that would be included 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 state agencies. Services may include Planning, Programming, Engineering Studies, Geographic Information Systems and Computer Aided Design and Drafting, NEPA activities related to Master Planning, Comprehensive Plann ing, 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. Servic es may consist of preparation of utility analyses/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 hardware and software, training, needs analysis, manageme nt 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 locations. Work may include posting to DoD Intranet/Inte rnet 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 associated databases. Services may be required to conver t 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 documented format. Work may be performed in an AutoCAD, Micro station, Google Earth, Sketchup 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 may be field, desk top or Intranet/Internet b ased. 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 photography, lidar, aerial surveys and photogram metric 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 planning documents such as sketches, technical spe cifications, 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 associated 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 will include the preparation and reproductio n of all necessary training materials including overheads, Power Point slides, training manuals, and exercises. Other miscellaneous services that may be requir ed as part of this work including the creation and population 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. 3. SELECTION C RITERIA: The selection criteria are listed below in descending order of importance. Criteria E through G are secondary and will only be used as tie-breakers among technically equal firms. A. Specialized Experience and technical competence in: (1 ) Preparation of U.S. Army and Air Force master plans, various miscellaneous engineering studies involving facilities, infrastructure and/or operational activities on military installations; (2) Development of Geographic Information Systems (field, desktop and Internet based) to support Master Planning and facility management; (3) Preparation of utility analyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, cost estimates, Economic Analyses. (4) E valuation of requirements for hardware and software, training, needs analysis, management of AM/FM/CADD/GIS systems, coordination and sponsorship of related conferences and the updating, utilization and integration of AM/FM/CADD/GIS functions with other en gineering systems, databases and analyses models; (5) Capability to provide new aerial color photography and false color infrared photography, 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; (6) Ability to prepare paperless master plan utilizing the Internet World Wide Web (WWW) sites and Hypertext Markup Language (HTML) to access and display data sources from the WWW. B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. C. Qualified professional personnel in the following key disciplines: Planners, Geographer s, Geologists, Economists, Civil Engineers, Mechanical Engineers, Electrical Engineers, Environmental Scientists, at least one registered land surveyor, GPS technician, Photogrammetrist, G.I.S. Programmer, G.I.S. Systems technician, CADD technician, drafts man, and aerial photographer. The evaluation will consider each individuals education, training, certification and registrations, overall relevant experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at di fferent locations. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of the Sacramento District Officer. G. Extent of participation of small business, small disadvantag ed business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS:. Interested Architect-Engi neer firms having the capabilities to perform this work are invited to submit One (1) completed SF 330 (6/2004 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and One (1) completed SF330 Part II (6/2004 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Administration Section. The SF 330 shall not exceed 150 pages, not counting any dividing page used to identify each SF 330 Section. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design enginee r). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number an d amount of fees awarded on DoD Army, Navy and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and ap proved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:00 p.m. local time) on the closing date will be considered by selection. If the closing date is a Saturday , Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for propos als. All responsible sources may submit the required SF330, which shall be considered by the agency. Point of Contact is Tom Sobolewski (916) 557- 7419 or Rita Stalker, (916) 557-7483.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01306667-W 20070602/070531221335 (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.