Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2007 FBO #2180
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ARCHITECT ENGINEER (A-E) CONTRACT FOR PROFESSIONAL LAND SURVEYING SERVICES

Notice Date
11/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corps of Engineers, Chicago, 111 N. Canal, Suite 600, Chicago, IL 60606
 
ZIP Code
60606
 
Solicitation Number
W912P6-08-R-0005
 
Response Due
12/13/2007
 
Archive Date
2/11/2008
 
Point of Contact
Erin Agobert, 312-846-5375
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Chicago
(erin.m.agobert@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
By way of this announcement, the Chicago District Corps of Engineers announces its intentions to award a Firm Fixed-Price Indefinite Delivery Architect Engineer (A-E) contract for professional land surveying services, procured in accordance with PL 9 2-582 (Brooks A-E Act) and FAR Part 36, as required for various civil works projects within the Chicago District boundaries (Northeastern Illinois and Northern Indiana). The possibility exists that work may also be performed for other Districts within the boundaries of the Corps of Engineers Great Lakes and Ohio River Division (CELRD). The CELRD boundaries include all or parts of 17 states: Minnesota, Wisconsin, Illinois, Indiana, Ohio, Kentucky, New York, Pennsylvania, West Virginia, Tennessee, Alabama, Mi ssissippi, Georgia, Michigan, North Carolina, South Carolina and Virginia. The Government, at its discretion, may award up to two (2) Indefinite Delivery Contracts under this announcement. Each contract will have a base period of one year from the date of award with options to extend for up to four additional one-year periods. No contract will exceed a term of five years or a maximum of $500,000 per year over a five-year period. Work will be assigned by issuing task orders. Individual, firm-fixed price t ask orders will not exceed $500,000. The Governments minimum obligation for the base year is $10,000 and $5,000 for each individual option year. The estimated award date of the contract is February 2008. Competition for this acquisition is restricted to small businesses. The North American Industrial Classification Code (NAICS) for this procurement is 541370, which has a size standard of $4,500,000. To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/. PROJECT INFORMATION: The work consists of land surveying services including: Project control surveys, Global Positioning System (GPS) surveys, utility surveys, and other surveys listed in the selection criteria. SELECTION CRITERIA: See Government Wide Numbered Note 24, which is located at the bottom of this synopsis, for the general selection process. Firms must demonstrate in their submittal the ability to meet the selection criteria. Th e selection criteria are listed below in descending order of importance. Criteria a-d are primary factors. Criteria e-f are secondary factors and will only be used as tie-breakers among technically equal firms. (a)SPECIALIZED EXPERIENCE AND TECHNICAL COMPE TENCE OF THE FIRM AND CONTRACT TEAM MEMBERS TO PERFORM: (i) Surveying services consisting of: (1) Horizontal and vertical control surveys, (2) River cross section surveys, (3) GPS surveys, (4) Topographic surveys, (5) Utility location surveys, (6) Bound ary surveys, (7) Hydrographic surveys in rivers, harbors, and lakes. (ii) Demonstrated ability to: (1) Establish 1st and 2nd Order horizontal and vertical control markers, (2) Establish and record NGS benchmarks. (iii) Demonstrated experience in working in: (1) NAD83 and NAD27 horizontal datums, (2) NAVD88, IGLD85 (LWD), IGLD55, NGVD, and CCD vertical datums. (iv) The ability to produce: (1) Digital files in a format compatible with Microstation V8 or higher and ESRI products, (2) ASCII digital files from data collection output, (3) DTM files using Inroads, (4) Right of Way drawings in digital format and write legal descriptions. (v) Specialized equipment (owned or leased) to be utilized on the project should be included in Section H on SF 330. (b) P ROFESSIONAL QUALIFICATIONS: (i) Registration as a Professional Land Surveyor in the states of Illinois and Indiana. (ii) Hazardous Toxic and Radioactive Waste (HTRW) certification as required by EM 385-1-1, U.S. Army Corps of Engineers Health and Safety R equirements Manual dated 3 November 2003, 29 CFR 1920.120 OSHA and 29 CFR 1926.65 OSHA, information regarding such experience should be included in Part I, Sect ion E, Block 18 of the SF 330. (c) Capacity to perform two $250,000 work orders within a 6-month period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of per sonnel in key disciplines, (d) Past Performance as described in Note 24. (e) Volume of DoD contract awards in the last 12 months as described in Note 24 below. (f) Extent of participation of SB, SDB, historically black colleges and universities, and minori ty institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit six copies of SF 330 for the prime firm and all consultants, to the US Army Corp of Engineers, Chicago District, 111 North Canal Street, Suite 600, Chicago, IL 60606-7026, ATTN: Erin Agobert not later than the close of business on the 30th day after the date of this announcement. If the 30th day is Saturday, Sunday, or a Federal holiday, the deadline is the close of business of the next business day. Include the firms ACASS number in SF 330. For ACASS information call 503-808-4590. Facsimile transmission s will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. Note 24. This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announceme nt are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are enco uraged to electronically submit SF 330 Part II, General Qualifications, to https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acqui sition unless directed by the announcement. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical exp ertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiati on. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement.
 
Place of Performance
Address: US Army Corps of Engineers, Chicago 111 N. Canal, Suite 600, Chicago IL
Zip Code: 60606
Country: US
 
Record
SN01451240-W 20071115/071113223845 (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.