Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

C -- Notice For An Indefinite Delivery Contract for Surveying, Hydrographic, & Mapping Services To Support The Civil Works Program, Operations Division, Tuscaloosa Site Office, Mobile District, South Atlantic Division, U.S. Army Corps of Engineers

Notice Date
5/13/2008
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-08-R-0048
 
Response Due
6/11/2008
 
Point of Contact
Loretta L Tanner, 251 441-6510
 
Small Business Set-Aside
N/A
 
Description
POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MRS. MARY F. BRELAND. SUBMIT QUESTIONS TO FAX 251 694-3626. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract for Surveying, Hydrographic, and Mapping Services to Support primarily the Tuscaloosa Site Office, Operations Division, the Mobile District's Civil Works Program, South Atlantic Division, U.S. Army Corps of Engineers. This announcement is a Total Small Business Set-Aside. A small business Architect-Engineer firm has average annual receipts over the past 3 years of no more than $4,000,000. The contract will be awarded for a period not to exceed a total of five years. Rates will be negotiated for five 12-month periods. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $2,000,000 over the five-year life of the contract. The Government intends to initially award the contract for $400,000, with the reserved right to adjust the contract amount to the full $2,000,000 value during the five-year life of the contract. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. 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. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541370. PROJECT INFORMATION: The contract will primarily be used to: (A) Perform hydrographic surveys of rivers within the Tuscaloosa Site Office boundaries (all soundings will be collected as per the U.S. Army Corps of Engineers Hydrographic Survey Manual EM 110-2-1003 dated 01 Jan 02); (B) Perform Topographic surveys within the Tuscaloosa Area Office project area; (C) Perform Geodetic Global Positioning System Surveys for high order horizontal and vertical control; (D) Perform boundary surveys, traverse and triangulation of second or third order accuracy, levels for vertical control of second or third order accuracy, route locations, roads, levees, dikes, quantity surveys for pre construction and/or final cross-sections, and computations of quantities using TIN (Triangulated Irregular Network). The work will be located primarily in Alabama and Mississippi but could include other locations within the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D. are primary. Criteria E is secondary and will only be used as tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Registered Land Surveyor in Alabama and Mississippi; (2) Project Manager; (3) Hydrographic Party Chief; (4) Hydrographic Instrument Person; (5) Land Party Chief; (6) Land Instrument Person; (7) Cartographic Technician; (8) CADD Operator. The evaluation will consider education, registration, and relevant experience in the type work required. Resumes contained in Standard Form (SF) 330, Part I, Section E shall be completed for each discipline including consultants. No more than three (3) resumes per discipline shall be submitted except where more than three (3) are specifically requested. ROLE IN THIS CONTRACT, Block 13 under Part I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. B. Specialized Experience and Technical Competence in: (1) Hydrographic surveys using Differential GPS, electronic distance measuring equipment (Range/Range or Range/Azimuth) and electronic depth measuring equipment; (2) Differential Global Positioning System (DGPS) real time positioning; (3) Topographic surveys using a Total Station with data collector; (4) Geodetic Control surveys using the Global Positioning System (GPS); (5) Geographic Information System (GIS) data collection; (6) Producing the data in digital format compatible to Microstation.dgn format; (7) In SF330, Part I, Section H describe the quality management plan of the firm, including an organizational chart, quality assurance, and coordination of the in-house work with consultants. Section H shall be limited to no more than 10 pages. C. Capacity to Accomplish the Work: The ability, equipment, and expertise to field up to two (2) hydrographic survey parties during the Spring with a sustained effort of one (1) hydrographic party. D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Geographic Location: Geographic location with respect to the Southeastern United States. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed paper copy of their SF 330 (Architect-Engineer Qualifications), to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 or larger. Pages shall be 8-1/2 inches by 11 inches. Part I of the SF 330 form is limited to 60 pages. Blank sheets/Tabs separating the sections within the SF 330 will not count in the aforementioned page-count maximum for Part I. The organization chart required in section D and the matrix required as section G, Part I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used, it shall be neatly folded to 8-1/2 inches by 11 inches, bound into the SF330 at the proper location, and counted as one page. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Part I, Section F. Use no more than one page per project. When listing projects in Part I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. It shall be noted that a task order executed under an Indefinite Delivery Contract is considered a Project. In Block G-26, along with the name, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later that 3:00 P.M. central time on 11 JUNE 2008. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON 17 JUNE 2008. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. This is not a request for proposal. Solicitation packages are not provided. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7316879048ec56bb24288506104d53e2&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN01572192-W 20080515/080513221031-7316879048ec56bb24288506104d53e2 (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.