Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
SOLICITATION NOTICE

C -- Multidiscipline Indefinite Delivery Contracts for Topographic Surveying and Aerial Mapping and Photography for Projects under the Jurisdiction of the Savannah District and SAD

Notice Date
3/18/2008
 
Notice Type
Solicitation Notice
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN08R0024
 
Response Due
4/15/2008
 
Archive Date
6/14/2008
 
Point of Contact
Sabrina Bastine, 912-652-5943
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah
(sabrina.bastine@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical questions should be directed to Keith-Burr at (912) 652-5323 or keith.d.burr@usace.army.mil; if you have questions concerning SF330 / debriefings or the status of the selections contact Hunter Lupton at (912) 652-5572 or hunter.d.lupton@usa ce.army.mil; Contractual Questions: Sabrina Bastine at 912-652-5943 or sabrina.bastine@usace.army.mil; and Questions concerning subcontracting plan: Leila Hollis at (912) 652-5340 or email: leila.hollis@usace.army.mil;. *** 1. CONTRACT INFORMATION: The Sav annah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of five multidiscipline Indefinite Delivery Contracts (IDC). These contracts are being procured in accordance with the B rooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. The applicable North American Industry Clas sification System (NAICS) Code is 541360. *** The contracts awarded as a result of this announcement will be administered by the Savannah District for use on federal projects under the jurisdiction of the Savannah District and SAD. Contracts may be issued up to one year after selection approval. Contract limits and contract size will be determined at the time of selection. Typically, the contracts will consist of a base ordering period and two option periods, each period not to exceed one year, for a total of three years maximum. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The total amount of each contract over the three-year ordering period ma y not exceed $3,000,000. Task Orders will be for topographic survey, boundary surveys, hydrographic surveys, and digital aerial mapping and photography for construction projects throughout the Savannah District and SAD. These task orders are firm fixed pri ce. *** Work will be issued by negotiated, firm-fixed price or labor-hour task orders. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliverables u nder the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. *** This announcement is open to all businesses. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 3 30, Section C, by identifying subcontracting opportunities with small business. Award of the contract is anticipated in May 2008. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with F AR 52.219-9 and DFARS 219.7704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 70.0% to small business; 6.2% to sma ll disadvantaged business (a composite of small business); 7.0% to women-owned business (a composite of small business); 9.8% to HUBZone small business (a composite of small business); 3.0% to veteran-owned small business (a composite of small business); a nd 0.9% to service-disabled veteran-owned small business (a composite of small business). Written justification must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance wit h AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. To b e eligible for 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 or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJ ECT INFORMATION: Task orders to be issued under this contract may include aerial mapping, orthorectified digital aerial photography, production of seamless digital orthomosaics; topographic surveying and mapping; generation of triangulated irregular networ ks (TIN) and digital elevation models (DEMS); property and boundary surveys; preparation of drawings, maps and plats; and performance of records and drawing (plat) research necessary to locate property lines and monuments in the field. All photography must be originated and delivered in a .tiff format with a world file and/or a geotiff format. Drawings must be originated and delivered in .dgn format. DEM and TIN datasets must be delivered in a Bentley/Intergraph format and/or ESRI format as the project dictates. In addition GIS data, when requested, will be originated and submitted in ArcView and/or Arc Info formats for downloading into a GIS database. Work shall be submitted in both electronic files and hard copy. ***** 3. SELECTION CRI TERIA: Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater i n value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Specialized Experience and Technical Competence, and Professional Qualification s are weighted equally and each factor individually is more important than Past Performance, Work Management/Capacity, and Knowledge of Locality are significantly more important than Volume of DoD A-E Contract Awards and Small Business Participation. P ast Performance, Work Management/Capacity, and Knowledge of Locality are weighted equally and each factor individually is more important than Volume of DoD Contract Awards and Small Business Participation. Volume of DoD Contract Awards and Small Busine ss Participation will only be used as a *tie-breaker* among firms that are essentially technically equal. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. ** PRIMARY CRIT ERIA: A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN: The selected firm must have, either in-house or through consultants, experience in the following: 1. Aerial surveying and mapping and aerial photography; 2. Topographic surveyin g and mapping; 3. Production of seamless digital orthomosaics; 4. Generation of triangulated irregular networks (TIN) and digital elevation models (DEMS) 5. Experience in producing orthorectified photography; 6. Ability and experience in performing cou rthouse research in boundary surveys; 7. Performance of records and drawing (plat) research necessary to locate property lines and monuments in the field; 8. Equipment, including GIS units, to be used in performing photography, surveying and mapping; and 9 . Use of in-house quality control measures to ensure accuracy of field work and final work products. B. PROFESSIONAL QUALIFICATIONS: Resumes for qualified personnel, in the number shown in parentheses below, should be presented in Section E f or the following key personnel. If possible, resumes should show relevant experience within the last five years. All key personnel shall be shown on the organization chart. Key personnel include: 1. Land Surveyors registered in GA, SC, and NC (1-3); 2. Project Manager (1); 3. Survey Party Chiefs (2); 4. Certified Photogrammetrist (1); 5. Stereoplotter Operators/Image Analyst (1); 6. CADD/GIS Operator (1). Key personnel whose resumes are presented in Section E of the SF 330 shall be the individuals who will routinely be involved in the actual production of work under this contract. The evaluation will consider education, training, re gistration, voluntary certifications, and overall and relevant experience. C. PAST PERFORMANCE: Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. Indicatio n of favorable performance ratings, awards, and repeat clientele. D. WORK MANAGEMENT/CAPACITY: A proposed work management plan shall be presented in Block H that addresses management approach and the procedures used for in-house quality control of fieldwork and final work products. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. The evaluation for this factor will also consider the organizational chart in Section D of the SF 330. The organizational chart shall include all key personnel in Section E and all other team members shall be indicated by the total number available for this contract. Show lines of responsibility and communication between project tea m leaders and team members. Address the firm's capacity to perform multiple simultaneous task orders and to commence work within three days after receipt of task orders. E. KNOWLEDGE OF LOCALITY: Knowledge of locality as it pertains t o aerial surveying and mapping, and topographic surveying and mapping in GA, SC, and NC.** SECONDARY CRITERIA: To be used to rank technically equal firms: F. VOLUME OF DOD CONTRACT AWARDS: Volume of DoD contract awards in the last 12 mont hs with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. *** G. SMALL BUSINESS PARTICIPATION. Degree of participation of all types of small business as prime contractor, subcontractor, or joint venture part ner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: (a ) Goals for subcontracting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize oppo rtunities for these types of businesses. (b) The extent to which small disadvantaged businesses. (c) The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 12:00 p.m. EST on 15 April 2008. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE A CCEPTED. Any Submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Mega bytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in S ection F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G. 26 , include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at https://sasweb.sas.usace.army.mil/ae%20selection%20process/. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. For ACASS information, call ( 503) 808-4591. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. Firms selected will be required to submit a design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 330. ****PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. ***
 
Record
SN01535406-W 20080320/080318224731 (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.