Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SOLICITATION NOTICE

C -- Services of qualified A-E firms are sought to provide field-based topographic survey, boundary survey, and hydrographic survey, aerial photography, photogrammetry, and aerial mapping services for civil works, military and environmental projects

Notice Date
12/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-R-08-0021
 
Response Due
1/30/2008
 
Archive Date
3/30/2008
 
Point of Contact
wendy.jeffers, 8163893629
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City
(wendy.d.jeffers@nwk02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PLEASE CONTACT Ms. Wendy Jeffers, Contract Specialist, at Wendy.D.Jeffers@usace.army.mil if you have any questions regarding this announcement. (1) CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, (Broo ks Act) as implemented in FAR Subpart 36.6. The successful awardee will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Architect-Engineer (A-E) contract are required to provide aerial photograph y, photogrammetry, and aerial mapping; topographic, boundary, and hydrographic surveying; for civil works, military and environmental projects primarily in the Kansas City District, U.S. Army Corps of Engineers. This is an Indefinite Delivery Contract will be negotiated and awarded, with negotiated Firm fixed Price task orders. It is anticipated that the first contract will be awarded not earlier than February 2008. . The maximum contract value will not exceed $5,000,000 per contract for five year with n o options. This announcement is open to all businesses, regardless of size. The North American Industrial Classification System Code (NAICS) is 541360, which has a size standard of $4,500,000 in average annual receipts. This announcement is restricted t o small to businesses. (2) PROJECT INFORMATION: Services of qualified A-E firms are sought to provide field-based topographic survey, boundary survey, and hydrographic survey, aerial photography, photogrammetry, and aerial mapping services for civ il works, military and environmental projects primarily in the Kansas City District, U.S. Army Corps of Engineers. Work will be for the U.S. Army Corps of Engineers and other Federal agencies such as, but not limited to, Department of Defense, NGA, NOAA, U SDA, etc. While services will primarily be for areas within the Kansas City District, services may be required for the Omaha District and for selected areas throughout the USACE Northwest Division and USACE Districts that adjoin the Kansas City District. S pecialized knowledge, expertise and past experience that would significantly benefit customers of the Kansas City District is preferred. SELECTION CRITERIA: The selection criteria are listed in descending order of importance. Sub criteria and lists within the sub-criteria are also in descending order of importance. Criteria (a) through (e) are the primary selection criteria. Criterion (f) through (g) will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. A) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Demonstrate recent experience by including a technical discussion and up to 10 representative projects performed within the past five (5) years with a maximum dollar value not to exceed $250,000 and b y discussing the firm's offerings and qualifications for (1) Performing field-based topographic surveys to include utility location preferably on military installations and/or riparian areas and delivered in Microstation A/E/C CADD standard formats or ArcG IS SDSFIE standard formats, with FGDC-compliant metadata and in accordance with Engineering Manual (EM) 1110-1-1005, Topographic Surveying. Demonstrated experience in the performance of first order horizontal and vertical control surveys. (2) Performing bo undary surveys preferably for riparian areas and military installations and delivered in Microstation A/E/C CADD standard formats or ArcGIS SDSFIE standard formats, with FGDC-compliant metadata and in accordance with American Land Title Association (ALTA) standards or consistent with the statutes and minimum standards for Missouri and Kansas. (3) Hydrographic survey experience on inland lakes and the Missouri River or similar river systems including collection of sediment ranges and delivery of hydrographi c data in Bentley CADD or ESRI ArcGIS standard formats with FGDC-compliant metadata and in accordance with EM 1110-2-1003, Hydrographic Surveying. (4) Performin g large and small scale aerial collection and production of information including color and color infrared ortho photography; precise DTM/DEM topography; LiDAR, oblique photography; and other related aerial mapping products. This includes collection and pr ocessing of airborne GPS and intertial measurement unit (IMU) data, ground survey control planning, and delivering these products in Microstation A/E/C CADD standard formats and ArcGIS SDSFIE standard formats, with FGDC-compliant metadata and in accordance with Engineering Manual (EM) 1110-1-1000, Photogrammetric Mapping. (5) Quality control procedures to ensure product quality. The evaluation will consider quality control coordination between disciplines and subcontractors, and quality control procedures.< BR> B) PROFESSIONAL QUALIFICATIONS AND RESOURCES. (1) Exhibit organization charts for three project teams. Team 1, topographic and boundary survey: Project Manager, Licensed Land Surveyors (2), Party Chiefs (2), CADD Technician.Team 2, hydrographic surv ey: Project Manager, Licensed Surveyor, Party Chief, field crew members (2). Team 3, aerial photography collection and orthophoto production: Project Manager, Certified Photogrammetrist, Image Analyst, GIS Specialist. The evaluation will consider informa tion from resumes of these individuals including education, relevant and current skills training (short courses, on the job training), professional certification and registration, and overall relevant experience and longevity with the firm. (2) Ability to provide a broad range of field survey equipment such as survey-grade GPS units, conventional/robotic total stations, digital levels, ATVs, hydrographic survey boats, single beam and multi-beam hydrographic sensors, terrestrial LiDAR, sophisticated survey reduction and analysis software and other related technologies. Aerial mapping equipment including owned or leased airworthy aircraft, currently calibrated (last three calendar years) precision aerial mapping camera equipped with FMC, ABGPS and IMU systems ; photographic lab for processing aerial film, hardware and software to perform fully analytical aero-triangulation, analytical and softcopy stereo plotter instrumentation for digital data collection of planimetric and topographic features; equipment for D TM, DEM data collection and manipulation of terrain data; and digital data editing facilities. Provide the list of equipment in Block H. C) PAST PERFORMANCE. . At a minimum three (3) past performance on DOD and other contracts within the past five years, with respect to cost control, quality of work, and compliance with performance schedules. The evaluation will consider ACASS ratings, information provided by the offeror, and references. D) CAPACITY TO ACCOMPLISH THE WORK. Capacity to perfor m approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the quantity of key equipment and an adequate number of qualified personnel in the following key disciplines necessary to perform multiple concurrent topographic and boundary survey projects: project manager, quality control specialist, licensed land surveyor, survey party chief, field crew, GIS specialist, CADD/GIS technician. E) KNOWLEDGE OF THE LOCALITY. Knowledge of projection locations and survey standards within the states of the Kansas City District (Missouri and Kansas) and adjacent USACE Districts. The evaluation will consider project examples and registrations of licensed land surveyors. F) GEOGRAPHIC PROXIMITY. Location of the firm in the general geographical area of the Kansas City District and secondarily the Omaha District, other USACE Districts adjacent to the Kansas City District, and the remainder of the USACE Northwest Division. Evaluation for this criterion will be base d on an exhibit of locations for the firm (prime and all subs) in the general geographic areas listed above. G) EQUITABLE DISTRIBUTION OF DoD CONTRACTS. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. Firms should cite all contract numbers, award dates and total negotiated fe es for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. I) SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit five (5) bound hard copies of their SF330 to the address listed no later than close of business [2:00 P.M. (CST )] on 30 January 2008. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF330. Include the firms ACASS number in SF330, For all SF 330 sections, use no smaller than 10 pt. Font. A contract-specific Quality Control Plan will be prepared and submitted by the A-E after Contract award, but is not required with this submission. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District-Kansas C ity, ATTN: CENWK-CT-C/Jeffers, 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896. No faxed submittals shall be accepted, and any submittals received after this date will not be considered. To be eligible for contract award, a firm m ust be registered in the DoD Central Contractors Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-877-DLA-DALL or 1-877-352-2255. There is a new Fed eral Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language in FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. Detailed information can be found in FAR Case, as well as by visiting the Help section of the ORCA website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. Submit response s to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-C (Wendy Jeffers) 757 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 QUESTIONS: Any questions re garding this solicitation are to be submitted in writing by January 07, 2008, and addressed to Wendy Jeffers via e-mail at Wendy.D.Jeffers@usace.army.mil. Answers will be posted to Http:// www.fbo.gov, on or about January 14, 2008.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01472255-W 20071220/071218224957 (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.