Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
DOCUMENT

C -- Architect and Engineering IDIQ - Amendment 1

Notice Date
2/17/2009
 
Notice Type
Amendment 1
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USA Engineer District, San Francisco, ATTN: CESPN-CT, 1455 MARKET STREET, San Francisco, California, 94103-1399, United States
 
ZIP Code
94103-1399
 
Solicitation Number
W912P7-09-R-0003
 
Response Due
3/12/2009 1:00:00 PM
 
Archive Date
5/11/2009
 
Point of Contact
Rick Vredenburg,, Phone: 4155036986, Fan-Wa Wong,, Phone: 4155036949
 
E-Mail Address
rick.p.vredenburg@usace.army.mil, FanWa.Wong@usace.army.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
C--Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract for (HYDROGRAPHIC & TOPOGRAPHIC SURVEY, AERIAL PHOTOGRAPHY & PHOTOGRAMMETRIC MAPPING, ORTHOPHOTOGRAPHY, CADASTRAL MAPPING, LAND PARCEL MAPPING, AERIAL MAPPING & LIDAR SERVICES for USACE San Francisco Civil Works projects within the geographic boundaries of the USACE, South Pacific Division (SPD) General Information: Document Type: Pre-Solicitation Notice Solicitation Number: W912P7-09-R-003 Posted Date: February 12, 2009 1. CONTRACT INFORMATION: Architect-Engineer (A/E) services are required for up to 2 Geodetic and Water Level Datum Evaluation and Establishment, Hydrographic and Topographic Surveys, Aerial Photography, Photogrammetric Mapping and LIDAR Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contracts to support civil works projects, as well as military, Federal, State, Local agencies and US Department of Veterans Affairs (VA) Projects. A portion of the required work if not all will be performed within the San Francisco Districts civil works boundaries in the states of California and parts of southern Oregon and if necessary within the entire South Pacific Division geographical area of responsibility. This Indefinite Quantity Indefinite Delivery contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. A specific scope of work and services required will be issued with each firm fixed price task order. ACE SF District intends to make two contract awards under this solicitation. Based on the market analysis of firms in this industry, it is expected that small businesses will compete favorably with other-than-small businesses in a single full and open source selection process. It is expected that at least one of the awards will be made to a small business. Submissions will be reviewed to identify the most highly qualified firms, expecting 4 such firms to be identified. The most outstanding small business among the most highly qualified firms will be selected for award. The remaining firms regardless of size will considered for selection for the second award. Should no small businesses be rated among the most highly qualified firms, two awards will be made by selection from the other-than-small businesses who were rated the most highly qualified firms. It is planned to award two contracts under this solicitation, thereof one contract will be awarded to a small business type firm and one will be awarded to an,"other than small business" type firm if both business size firms qualify within the top four firms. However if there is a second SB firm ranked within the top three qualified firms then the second award will also be made to a SB firm if this SB firm is qualified above the other than small business firm under the top four qualified. If there is no qualified small business firm under the top 4 firms, then the both contracts will be awarded to the first and second highest qualified other than small business under this solicitation. The NAICS code is 541370 and the SIC code is 8713, with a small business size standard of maximum $4.5 million of average annual receipts for its preceding 3 fiscal years. The San Francisco District's area of responsibility covers approximately 40,000 square miles. Most of the territory parallels the Northern California coastline for approximately 600 miles from the Oregon border to just south of Monterey, CA. The District also has responsibility for the Klamath River Basin in southern Oregon. The purpose of this proposed contract is to provide A-E services for projects located within the geographic boundaries of the USACE San Francisco District, however under the Interagency and International Services (IIS)Program, the San Francisco District is assisting many non -DOD, Federal, State and local government agencies requiring the A-E to perform services at federal & military projects throughout the world including the United States, its territories, Europe, South and Central America, Africa, Middle East, Asia and other world nations. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, current capacity to accomplish the ord er in the required time, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in June 2009. All contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. Both contract awards regardless of business size will be for a one-year period not to exceed $2,000,000 for the base year and four one-year options, each not-to-exceed $2,000,000, for a total not-to-exceed contract amount of $10,000,000 for the life of the contract. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. All pricing schedules (base year, and all option years) will be effective for one full year regardless of the early exercising of options. If the Total Estimated Price of the base year or any option year is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. Task Orders shall not exceed the annual contract amount, or as otherwise stated in this announcement. No one contractor will receive more than one award. The price of any single task order shall be at least $5,000.00, but shall not exceed $1,000,000.00. The guaranteed minimum shall be $5,000 for the base period only. There shall be no guaranteed minimum for the option periods, if exercised. The contractor will have the right to refuse orders for services, which extend more than 150 miles outside the geographic boundaries of the San Francisco District. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees' office location (not the location of the work). If an, "other-than small business" is selected, it must comply with FAR 52-219.9 regarding the requirement to subcontract. The recommended goal for the work intended to be subcontracted is 50.9% for small business. Out of the 50.9% to small business, 8.8% is for small disadvantaged business (subset to small business), 7.2% is for small business/woman owned (subset to small business), 2.9% for HUBZone small business (subset to small business) and 0.5% is for Service-Disabled Veteran-Owned Small business (subset to small business). Any other than small business firm selected for this contract will be required to submit a detailed subcontracting plan not later than 20 days after the first Task order has been awarded. If the selected firm submits a plan with less than the Corps' recommended goals, it must submit, in writing, an acceptable rationale why the recommended goals cannot be met, which rationale indicates that at the time the selected firm submitted its SF330 there was genuine belief that the goals would be virtually met and planning proceeded accordingly. The Corps will negotiate the goals if it deems appropriate, and will vacate the selection if it deems the firm was disingenuous in representing itself as committed to high small business subcontracting goals at the outset. A detailed plan is not required to be submitted with the SF 330; however, the plans to do so should be specified in Block H of the SF 330. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). For information go to http://www.ccr.gov and register from that webpage or go directly to the registration via the Internet Site http://www.ccr.gov/Start.aspx. Register to provide annual Representations and Certifications electronically via the BPN website http://orca.bpn.gov. 2. PROJECT INFORMATION: Firms must be qualified in the work areas described and be familiar with the surveying, requirements and regulations of the Corps of Engineers, Air Force, Army, Navy, State and Local codes. In the case that the Firm is required to provide any of the described services in a foreign nation that might require securing subcontractors, obtaining various permits and familiarity with local regulations and codes, assistance will be provided by the requesting agency and ample time will be given to the Firms to familiarize themselves with the foreign countries regulations. It is required that Firms provide the effort to familiarize themselves diligently economically with the foreign nations permit requirements regarding surveying, hydro-surveying, flyover permitting for aerial photography, LIDAR and restricted areas and other United States or Foreign agencies regulations which have jurisdiction. All familiarization requirements needed to perform the surveying work in foreign countries will be required at the time when the respective Task Order is issued by the Contracting Officer. The survey team shall possess a thorough working knowledge of all national and international Life Safety requirements and standards. This work will include all A-E and related services necessary to perform various surveys, including but not limited to: A. Geodetic and Water Level Datum Evaluation and Establishment : Evaluation and/or establishment of geodetic and/or water level networks to meet project specific accuracy and reliability requirements. B. Hydro-surveying: Including single beam and multi beam acoustic survey methods, as well as side scan sonar. Shall be conducted during high tide, unless otherwise indicated in individual task orders: •a. Dredging measurement and payment Surveys •b. Plans and Specification Surveys •c. Pre- and Post-dredging Surveys •d. Project Condition Surveys •e. River Stabilization Project Surveys: For coastal areas charted by National Ocean Service (NOS), critical submittal requirements are detailed in ER 1130-2-520, EP 1130-2-520 and Section 554 of WRDA 2000, ( Water Resource Development Act of 2000). •f. Underwater Obstruction or Condition Surveys •g. Bathymetric Mapping Services and 3 D Modeling of Lakes, Ponds, and navigation channels •h. Coastal Engineering Surveys •i. Reservoir Sedimentation Surveys •j. Inland Navigation Charting Surveys •k. Wetland Surveys C. Topographic Surveys: •a. Three Dimensional Surveys: Topographic surveying to determine the planimetric location and topographic relief of features in three dimensions. Surveys may be used to produce Digital Elevation Models (DEM) •b. Large Scale Site Plans: Typically 1 inch = 10 feet to 1 inch = 200 feet. •c. Digital Spatial Data: Digital mapping, generation of Computer-Aided Drafting and Design (CADD) systems and Geographic Information Systems (GIS), Land Information System (LIS), Automated Mapping/Facility Management (AM/FM) and other spatial databases. •d. Ground survey control support. If datum conversions are required, conversions will be provided by district or contractor will submit proposed conversions to district for approval prior to use, as dictated by task order. The software program Vertcon cannot be used for converting between datums without special, written approval from the district. D. Boundary Surveys: A Boundary Survey will indicate the extent of any easements, burdening the locus parcel, such as an utility line easement crossing the subject property to a neighboring property or appurtenant to the locus parcel; control surveys, and surveys required for cadastral and land parcel mapping. E. Aerial Photography, Photogrammetric Mapping, LIDAR Surveys: All aerial photography and surveys shall be conducted during low tide unless otherwise indicated in individual Task Order. LIDAR surveys to determine topographic relief including levee profiles, flood plain mapping, and upland dredge material placement monitoring. •a. Aerial Photography. •b. Photogrammetric Mapping •c. Digital Spatial Data •d. Digital Terrain Modeling •e. Ground survey control support •f. Standard Line Mapping •g. LIDAR Data Collection, Processing, and Mapping •h. Orthorectification •i. Scanning •j. cadastral and land parcel mapping F. CADD and GIS Data: Rather than representing a surface as a collection of point elevations, CADD and GIS represent features as geometries: points, lines or polygons. The geometries have attributes (properties) such as these. Feature - i.e. vegetation; polygon; road; and Attributes - vegetation type; width, name; and height, address. GIS is preferable for attributed data or for vector data that is to be processed or analyzed geospatially. CADD is preferable for unattributed line and polygon data and is the default choice unless otherwise specified in an individual Task order. 3.0 STANDARDS : Unless superseded by specifications given in an individual task order, all deliverables must conform to the following standards: 3.1 Geodetic and Water Level Datum Evaluation and Establishment: a. Comprehensive Evaluation of Project Datums, EC 1110-2-6065, 1 July 2007, USACE. b. Survey Markers and Monumentation, EC 1110-1-1002, 14 September 1990, USACE. 3.2 Hydrographic Surveys: a. Hydrographic Surveying, EM 1110-2-1003, 1 June 2002, including Change 1, 1 April 2004, USACE; Technical standards established by state boards of registration, especially on projects requiring licensed surveyors or mappers, shall be followed when legally applicable. b. Unless specifically stated otherwise in an individual task order, all hydrographic surveys shall run tie lines every 500 feet along the survey line. 3.3 Topographic Surveying: a. Topographic Surveying, EM 1110-1-1005, 31 August 1994, USACE. b. Recommended standard is the ASPRS Accuracy Standards for Large Scale Maps. c. Unless specifically stated otherwise in an individual task order, all topographic surveys shall run a closed traverse of all temporary and permanent bench marks used in the survey. d. These five other industry standards can be used for specifying spatial mapping products and resultant accuracy compliance criteria. 1) Office of Management and Budget United States National Map Accuracy Standards. 2) American Society of Photogrammetry, Specifications for Aerial Surveys and Mapping by Photogrammetric Methods for Highways. 3) U.S. Department of Transportation Surveying and Mapping Manual Map Standards. 4) American Society of Civil Engineers Surveying and Mapping Division Standards. 5) U.S. National Cartographic Standards for Spatial Accuracy. 3.4 Aerial Photography, Photogrammetry Mapping, and LIDAR Surveys. a. Photogrammetric Mapping, EM 1110-1-1000, 31 July 2002, USACE. b. Engineering and Design - Remote Sensing, EM 1110-2-2907, 1 October 2003, USACE. c. A recognized industry standard for accuracy compliance criteria is the: Federal Geographic Data Committee. Geospatial Accuracy Standards, Part 3: National Standard for Spatial Accuracy (1998), which is an update of Office of Management. d. The USACE accuracy standard for photogrammetric mapping applies two standards: I. Latest version of the American Society for Photogrammetry and Remote Sensing (ASPRS) Accuracy Standards for Large-Scale Maps. The ASPRS, as it is applied to USACE projects, is explained in EM 1110-1-1000. II. Part 4 of the latest FGDC Geospatial Positioning Accuracy Standards. 3.5 Boundary Surveys. The A-E Contractor shall perform a Boundary Survey in accordance with the Technical Standards of the California Board of Licensure for Professional Land Surveyors. 3.6 CADD and GIS Data: All projects shall include metadata fully compliant with the Content Standard for Digital Geospatial Metadata, FGDC-STD-001-1998, EM 1110-1-2909. a. The Spatial Data Standards for Facilities, Infrastructure, and Environment is the USACE data content standard, and delivered CADD and GIS data (i.e., vector data) must conform to this standard. b. FGDC Geospatial Accuracy Standards, Part 4: Standards for A/E/C and Facility Management (2002). The contractor shall be responsible for designs and drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard (see https://tsc.wes.army.mil/products ), and delivering the three dimensional drawings in the Bentley MicroStation software, V8 2004 Edition or higher, electronic digital format. The Government will only accept the final product in full operational status, without the need for conversion or reformatting, in the Bentley MicroStation format V8 2004 Edition or higher format on the target platform specified herein. The target platform is a Pentium 3.0 GHz, 512 MB Ram, and 40 GB Hard Drive with Microsoft Windows 2000 or XP operating system. Advanced application software used in preparing drawings shall be delivered in versions compatible with MicroStation V8 2004 Edition. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the Raster Reference Manager built into MicroStation V8 2004 Edition, or Bentley's IRAS/B Version 8.1 or higher electronic digital formats. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. If specifications are required then the specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS). In addition to the format specified above, specification files shall also be delivered in Abode Acrobat Portable Data Format (PDF) or Postscript electronic digital format. All Documents provided by the contractor to the Government must be compatible with MS Word 2003 or newer on the target platform. Spreadsheet products provided by the contractor to the Government must be compatible with Excel 2003 or newer on the target platform. 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (1) through (7) are primary. Criteria (8) and (9) are secondary and will be used as tie-breakers among technically qualified firms. Firms shall provide examples of work shall be documented for review, as well as a description of the type work performed on SF-330 Part I. These work descriptions will be evaluated based on documented complexity of work performed. (1) Professional Qualifications necessary for satisfactory performance either in-house or through association with any qualified consultant(s) - Management and key personnel's relevant science/engineering degrees, registrations, certifications, training and extensive experience personnel. (2) Specialized Experience and Technical Competence in the type of work required - Relevant work experience on (a) Hydrosurveying projects; (b) Topographic surveying projects; (c) Aerial Photography, Photogrammetric Mapping, and LIDAR survey projects; (d) CADD and GIS projects. Submittal should include detailed information on LIDAR data processing techniques and software. (3) Firms shall have the capacity to process and provide digital surveying and mapping data in both ASCII format and as a digital elevation model that is readable and fully operational in AutoCAD or Micro Station V8, In Roads, In Roads Survey, Hypack, and/ or Hysweep software as applicable. Submittal should include detailed information on LIDAR data processing techniques and software. Specific submittal requirements will be identified with each task order. All GPS data (static, kinematic, RTK, etc.), in its native format, must be compatible with InRoads, InRoads Survey, Hypack and Hysweep. All metadata in its native format must be compatible with ArcGIS version 9. Firms must have direct full time availability of necessary equipment to accomplish required work, including, but not limited to, dual-frequency Global Positioning equipment with NGS calibrated antennas (i.e., phase centers modeled and published at www.ngs.noaa.gov/ANTCAL/), fixed-height tripods, 1 second theodolites, digital data collectors, levels, electronic distance measurement instruments, 1 second electronic total station devices, computational and plotting equipment capable of plotting an E sized drawing, 20-30 foot hydrographic survey boat with cabin and trailer, fathometers, motion sensors, multibeam, automated hydrographic system utilizing GPS, ground penetrating radar, etc. Firms must be capable of submitting all datasets on CD ROM or DVD. Firms must own and operate, or otherwise have access and control of a dedicated FTP server with a dedicated high-speed internet line capable of transferring large datasets and image files. The submittal shall include an itemized equipment and applicable software list containing all pertinent information regarding each item, such as manufacturer, model, version, license, ownership (explicitly state name of firm or leasing company), maintenance agreement, etc. Firms must state a willingness to purchase, update and transfer software licenses to the Government and train Government employees on the acquired software. Firms also shall update their software and equipment as required throughout the duration of the contract. (4) Past Performance of the firm for similar work. The evaluation will consider all past performance of the prime A-E contractor as documented in the Architect-Engineer Contract Administration System (ACASS) or Past Performance Information Retrieval (PPIRS) databases. Past Performance on contracts with Government agencies, DOD and private industry in terms of cost control, quality of work, and compliance with performance schedules will be evaluated. (5) The Survey contractor's location in the general geographic area of the project and knowledge of the locality of the project. Knowledge of the Locality: Geographical location and knowledge of environmental regulations of the states of California and Oregon. Geographic Location: The location of the firm and its subcontractors with respect to the location of the San Francisco District. (6) Have the necessary multi-use, multi purpose survey vessels and equipment to perform the necessary surveys such as near breakwaters, jetties, harbor entrances, surf zones and shallow water surveys. (7) Capacity to perform work in the required time: Demonstrate the capacity to accomplish multiple task orders concurrently within required time and cost limitations. (8) Volume of work awarded by the Department of Defense in the past 12 months: The total dollar amount of all DOD contract awards in the last 12 months will be considered as described in FedBizOpps Note 24. (9) Utilization of small or disadvantaged businesses. Small and Small Disadvantaged Business Participation: The extent of participation of SB, SDB, historically black colleges and universities and minority institutions, women owned, Hub Zone and service disabled veteran related business in the proposed contract team, measured as a percentage of the estimated effort will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6bd9c4b41c3e1cefc12dc5ccc73ecd06&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Amendment 0001; submission requirements (Amendment 0001; W912P7-09-R-0003.doc)
Link: https://www.fbo.gov//utils/view?id=e07887744d9059183709ceb55f1f6dfb
Bytes: 78.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USA Engineer District, San Francisco, ATTN: Rick Vredenburg – Solicitation W912P7-09-R-0003, 1455 Market Street, room 1741, San Francisco CA 94103-1399, San Francisco, California, 94103-1399, United States
Zip Code: 94103-1399
 
Record
SN01751753-W 20090219/090217220311-6bd9c4b41c3e1cefc12dc5ccc73ecd06 (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.