Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

R -- INDEFINITE DELIVERY TYPE CONTRACT FOR MISC. SURVEYING SUPPORT SERVICES PRIMARILY WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE VICKSBURG DISTRICT, VICKSBURG, MS BUT MAY BE WITHIN THE MS VALLEY DIV. OR OTHER MISSIONS

Notice Date
6/24/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Vicksburg, US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-08-O-0006
 
Response Due
7/25/2008
 
Archive Date
9/23/2008
 
Point of Contact
Glen Smith, 601-631-5350
 
Small Business Set-Aside
8a Competitive
 
Description
INDEFINITE DELIVERY TYPE CONTRACT FOR MISC. SURVEYING SUPPORT SERVICES PRIMARILY WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE VICKSBURG DISTRICT, VICKSBURG, MS BUT MAY BE WITHIN THE MS VALLEY DIV. OR OTHER MISSIONS OF THE VICKSBURG DISTRICT OF THE U.S. ARMY CORPS OF ENGINEERS Due: July 25, 2008. POC: Mrs. Sarah Palmer, 601-631-5682. An indefinite delivery contract will be negotiated and awarded, with a base period and option period. Task orders issued over the life of the contract shall not exceed $800,000.00. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $800,000.00, whichever comes first. The period of any option will be 365 days from the option or until exhaustion of the contract value of $800,000.00, whichever comes first. The cumulative total of Task Orders issued over the life of the contract shall not exceed $800,000.00. Work will be issued by negotiated firm-fixed price task orders. Contract award is anticipated in DEC 08. This announcement is set aside for 8(a) firms. This procurement will be limited to 8(a) firms located within the geographical area serviced by the SBA-Mississippi District Office and under the Stafford Act due to the Gulf Coast Recovery from Hurricane Katrina, which have the NAICS code of 541330. All other firms are deemed ineligible to submit offers. For additional information please contact Ms. Shirley Reed, Deputy for Small and Disadvantaged Businesses, (601) 631-5347. The small business size standard for A-E services (NAICS Code 541330) is 4.5 million. Subcontracting intentions are outlined in SF 330. 2. PROJECT INFORMATION: The work consists of professional services in connection with surveying required at various locations primarily within the limits of the Vicksburg District which includes parts of Arkansas, Louisiana, and Mississippi but may be within the Mississippi Valley Division and other missions of the Vicksburg District of the US Army Corps of Engineers. Use of the metric system of measurement may be required for some task orders. 3. PRESELECTION CRITERIA: Preselection criteria will be based on the following considerations which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. Have one or more registered land surveyors in each of the states of Arkansas, Louisiana, and Mississippi. B. Have a minimum of 3 years of demonstrated experience in the following areas: GPS surveys, automated hydrographic surveys utilizing DGPS, gage and discharge surveys, automated topographic surveys utilizing total stations and data collectors, cadastral surveys, OTF or RTK surveys, and multi-beam or fan-sweep hydrographic surveys. C. Have demonstrated experience in the performance of first order horizontal and vertical control surveys. D. Have the necessary equipment, boats and personnel with demonstrated experience in the performance of the above type of surveys. E. Have demonstrated experience in the use of CADD systems. All drawings shall be furnished in Intergraph Microstation design file compatible format. Deliverables and backups must be of current version in operation by the Vicksburg District at time of contract award. Responding firms must, as a part of their response, state the type of CADD system to be used by their firm and explain in detail how the system will be made compatible with the Vicksburg District Intergraph CADD system. Firms failing to submit as a part of their response, information on how they will achieve complete CADD compatibility with the Vicksburg District's system, will not be considered. 4. SELECTION CRITERIA: Selection criteria will be based on the following considerations and are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. A. Specialized experience in first-order horizontal and vertical control surveys, GPS control surveys, automated hydrographic surveys in real time utilizing DGPS technology, gage and discharge surveys on large and small streams, topographic surveys utilizing total stations and data collectors formatted for entry into Intergraph computer systems, topographic surveys utilizing vehicle-mounted OTF or RTK Differential GPS systems, multi-beam or fan-sweep hydrographic surveys, and cadastral surveys including large land areas accepted by state or Federal courts to settle boundary disputes. B. Capacity in terms of personnel, including management personnel, with demonstrated experience and qualifications in all areas of surveying required above, and necessary equipment to assure prompt response to and completion of surveying assignments. C. Professional qualifications of employees designated to work under this contract, including professional recognition, professional registration, advanced degrees, and recognized designations of industry professional organizations. D. Knowledge of locality in terms of terrain features, area working conditions, location of major land forms, and river basins, etc. E. Past performance - consideration will be given to ratings on previous A-E DoD contracts for engineering services. F. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. G. Geographic proximity to Vicksburg, Mississippi. H. DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 330 for the prime contractor, and Part II of the form should be submitted on each consultant; (not the entire SF 330 for each consultant) to U.S. Army Corps of Engineers District, Vicksburg ATTN: Technical Services Section (CEMVK-EC-TE), 4155 Clay Street, Vicksburg, Mississippi 39180-3435. Include ACASS number in SF 330. For ACASS information call 503-808-4590. Note the following restrictions on submittal of SF-Resumes of key persons, specialists and individual consultants anticipated for this contract will be limited to a maximum of 20 pages. Any additional information submitted in Block H of the SF 330 shall be limited to a maximum of 20 pages and pages in excess of these 20 pages will be discarded and not used in evaluations. All telephone calls should be directed to Mrs. Sarah Palmer, (601) 631-5682. *** VISITS FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED *** This is not a Request for Proposal. A fee proposal will be requested at a later date. **** NOTE: Contractors must be registered with the appropriate SBA office. Contractors also must be registered in the Central Contractor Registration (CCR) database, for information see http://www.mvk.usace.army.mil/contract.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8860b5f69ba8d4c1a5821722d169c796&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN01599542-W 20080626/080624215412-8860b5f69ba8d4c1a5821722d169c796 (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.