Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2009 FBO #2593
SOLICITATION NOTICE

C -- Architect-Engineer Services for an Indefinite Delivery Contract for Architect and Engineering (A E) Services for Surveying & Mapping Services to support the Mobile District & the South Atlantic Division (Small Business Set-Aside).

Notice Date
12/30/2008
 
Notice Type
Presolicitation
 
NAICS
541360 — Geophysical Surveying and Mapping 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
W91278-09-R-0027
 
Response Due
1/29/2009
 
Archive Date
3/30/2009
 
Point of Contact
Terricka D. Leonard, 251-441-6500<br />
 
Small Business Set-Aside
N/A
 
Description
Description: POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MRS. MARY F. BRELAND. SUBMIT QUESTIONS VIA E-MAIL TO mary.f.breland@usace.army.mil. This notice is posted in its entirety and hereby serves as the official solicitation for this contract. Subject: Architect-Engineer Services for an Indefinite Delivery Contract for Architect and Engineering (A E) Services for Surveying & Mapping Services to support the Mobile District & the South Atlantic Division (Small Business Set-Aside). CONTRACT INFORMATION: This procurement is TOTAL 100% Small Business. Architect-Engineering (A-E) services are required for an Indefinite Delivery Contract for Surveying & Mapping Services to support the Mobile District and the South Atlantic Division. Multiple awards will be made from this solicitation. The Mobile District COE intends to award up to three (3) contracts for Survey and Mapping Services for support of the Military, Civil Works, and Support For Others Programs within the boundaries or other locations as may be assigned to the Mobile District and South Atlantic Division as a result of this solicitation. The contract period will be for five (5) years. The cumulative amount of all task orders will not exceed $5,000,000. Firms must be evaluated as Most Highly Qualified in order to be selected for a contract. A firm fixed price contract will be negotiated. Work will be issued by negotiated firm-fixed-price task orders. The total contract value awarded from this solicitation will not exceed $15,000,000. 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. The North American Industry Classification System (NAICS) code for this action is 541370. PROJECT INFORMATION: The contract will primarily be used for airborne topographic lidar and imagery collection, photogrammetric services, conventional and GPS land surveying and GIS services. The Contractors selected could be required to perform these services in the States of Mississippi, Alabama, Florida, Georgia and Tennessee with possible world wide operations as may be assigned to the Mobile District and South Atlantic Division. Some of the services are of the following types: Airborne topographic LIDAR, aerial imagery, topographic and boundary land surveying, GIS processing, data management, and metadata creation. 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. Criterion E is secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through subcontractors, the following professionals or specialists, with registration required where applicable: (1) Professional Land Surveyors with registration number for the states of Alabama, Florida, Georgia, Mississippi, and Tennessee; (2) Project Managers (at least one for each: Land surveying, airborne lidar & imagery collection and GIS); (3) Two Party Chiefs ; (4) CADD Specialist; (5) Certified Photogrammetrist with registration number; (6) LIDAR specialist (7) GIS Technician/Analyst. Resumes (Block E of the SF 330) must be provided for each of these specialties, including subcontractors. No more than three (3) resumes per specialty shall be submitted except where more than three (3) are specifically requested. Each resume shall not exceed one (1) page in length. If an individual will serve in more than one specialty then those roles shall be clearly indicated in Block 13, PART I, Section E. NOTE: It is imperative that the roles of the individuals are defined using the same nomenclature as are used in this announcement. The evaluation will consider education, training, registration, relevant experience in the type work required, and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Topographic airborne Lidar data collection and processing. List the type sensor used, software package utilized and products derived including methods of data management of large data sets; (2) Aerial imagery collection and photogrammetric processing. List type sensor used, software package utilized and products derived (3) Boundary and Topographic surveying and mapping. (4) Implementing and operating Geographic Information System which includes processing survey data, data management and metadata creation (5) Cad drafting using MicroStation and AutoCad. In Block H of the SF 330 include a matrix for items (1) thru (6) which correlates each item with example projects listed in Section F. Also in Section H describe the quality management plan for the firm, including quality assurance and coordination of the in-house work with subcontractors. Section H shall be limited to no more than 10 pages. C. Capacity to Accomplish the Work: (1) Show in-house capacity of firm to provide personnel and equipment, including aircraft and sensors, to acquire and process topographic airborne Lidar data and aerial imagery; (2) Show capacity of firm to furnish equipment and personnel to maintain two land survey crews with conventional and GPS capabilities; (3) Personnel and equipment to process, analyze and derive products from aerial Lidar and imagery; (5) Personnel, equipment and software to provide required GIS services. D. Past Performance: Past performance on Corps of Engineers and other contracts with respect to type of work, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound 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 Block 5 of the SF330 PART I, Section B. 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 pitch or larger. The maximum page count for PART I will not exceed 60 pages. Pages shall be 8-1/2 inches by 11 inches. Blank sheets/Tabs separating the sections within the SF 330 will not count in the 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 in 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 (1) 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. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall be limited to no more than ten (10) pages. 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. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 29 JANUARY 2009. 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 or about 02 FEBRUARY 2009. As required by acquisition regulations, interviews for the purpose of discussing qualifications of prospective contractors 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. 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@sam.usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration (CCR) 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=8dd2957a74e2c5fcfe37a2607a29e893&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<br />
Zip Code: 36628-0001<br />
 
Record
SN01725339-W 20090101/081230214757-8dd2957a74e2c5fcfe37a2607a29e893 (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.