Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

C -- Professional Architect-Engineer Surveying(Hydrographic Specific) and Mapping Services

Notice Date
5/1/2009
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF09-R-0042
 
Response Due
6/2/2009
 
Archive Date
8/1/2009
 
Point of Contact
Jean L. Birdsell, 509-527-7226<br />
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This announcement is issued on an Unrestricted Basis and is open to all businesses regardless of size. The United States Army Corps of Engineers (USACE) Walla Walla District plans to award up to two (2) $10 million indefinite delivery contracts (IDC) for a five-year period consisting of a base period of one (1) year and four (4) one-year option periods. The maximum amount the Government may order under each IDC shall not exceed $10M. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work as further described in this announcement. The contract will consist of surveying (primarily hydrographic) and mapping services. The requirements under the IDC will be issued primarily under firm-fixed price task orders utilizing the labor and overhead rates accepted with award of the IDC. The contract capacity for the base and each option year is $2 million. Contract options may be exercised early if the contract capacity is utilized before the contract performance period expires. However, the contract rates do not increase until the annual period for which they were negotiated has elapsed. The contract minimum guarantee of $20,000 may be obligated via issuance of an initial task order concurrent with award of the IDC. The IDC is anticipated to be awarded between August and December 2009. All other than small business concerns will be required to include a Subcontracting Plan with its rate proposal. The subcontracting plan must comply with the provisions of the Small Business Act (Public Law 95-507), FAR Subpart 219-9, and Defense Federal Acquisition Regulation Supplement (DFARS) 252.219-7003 and must demonstrate a plan to place subcontracts to the maximum practicable extent consistent with the efficient performance of the IDC with small, small disadvantaged, and small women owned businesses. The USACE FY09 planned subcontracting goals are as follows: Small Business 70.0%, Small Disadvantaged Business 6.2%, Women-Owned Small Business 7.0%, HUBZone Small Business 9.8%, Veteran-Owned Small Business 3.0%, and Service-Disabled Veteran-Owned Small Business 0.9%. The FY09 USACE targets may be adjusted if new targets for FY10 are established by USACE prior to contract award. The Contracting Officer will negotiate a subcontracting plan with the selected A-E contractor with the objective of meeting or exceeding the above goals. The wages and benefits of service employees (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 as determined relative to the employees office location (not the location of the work). To be eligible for this contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR). Firms may register via the CCR Internet site at http://www.ccr.gov. Joint ventures must have its own CAGE code and be separately registered in CCR. Architect-Engineer (A-E) surveying and mapping services are procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. The NAICS code for this acquisition is 541370. The size standard is $4.5 million in average annual receipts for the preceding three (3) fiscal years. PROJECT INFORMATION: Architect-Engineer (A-E) surveying and mapping services are required for various Walla Walla District civil works projects. Primary assignments will be located within the States of Washington, Oregon, and Idaho; however, work may be assigned in the Walla Walla District portions of Wyoming, Montana, Utah and Nevada, or at the location of any other Corps of Engineers District requesting assistance within the Northwestern Division. Services required include, but will not be limited to, survey and mapping activities specific to the following: (1) Hydrographic high order accuracy multi-beam bathymetric surveys for underwater structure (dam stilling basin) analysis, project navigation channel condition status and quantity determinations; (2) Hydrographic transect and topographic bathymetric surveys designed for riverbed condition analysis, profiling and quantity determinations; (3) Dredging measurement, payment, and acceptance surveys; (4) Conventional and real-time global positioning system (GPS) control surveys for hydrophone and transducer instrumentation monitoring in support of fish behavioral studies; (5) Automated data collection, and fully integrated echo sounding equipment and positioning systems with a minimum requirement of 22 to 26 foot survey vessel(s). Specified bathymetric work may require the incorporation of side-scan sonar, acoustic doppler profiler or other water quality instrumentation to meet Government requirements; (6) Mapping in two and three dimensions explicit to required surveys; (7) Conventional land surveying encompassing geodetic control, cadastral and boundary surveys, standard and valley type transect surveys, topographic, engineering design, and construction surveys; (8) Horizontal and vertical control networks for establishing grid coordinate systems; (9) Conventional and real-time GPS aerial photogrammetric control surveys; (10) Photogrammetric mapping requirements which consist of aerial photography, aerial photo processing, analytical aerotriangulation, stereo mapping compilation, digital orthophotography, airborne topographic light detection and ranging (LIDAR) mapping, and land use/land cover interpretation; (11) Utilization of multiple frequency GPS systems, electronic directional and leveling instruments; (12) Geographic Information System (GIS) creation and implementation of personal geodatabases including digital file translations to alternate formats; (13) Automated data processing with Computer-Aided Design and Drafting (CADD) systems employing standard to the industry equipment, hardware and software. Resulting graphic data sets and file formats must be completely compatible with, and be capable of being loaded directly to, the Bentley Systems Inc. 'Microstation' (DGN) and 'Inroads' processing software; (14) Production and recordation of cadastral/boundary maps and documents according to appropriate State and County requirements; (15) All surveying and mapping services shall be supervised by a Professional Land Surveyor(s) registered to practice in the State(s) of Washington,Oregon, and Idaho with specified services directed by a Certified Hydrographic Surveyor or Photogrammetrist; (16) A valid U.S. Coast Guard license to pilot passenger carrying vessels is required for personnel operating vessels while conducting surveys with Government representatives on board. All assignments are accomplished in full compliance with established Federal, State, local, and installation laws, safety and health regulations and procedures, as well as U.S. Army Corps of Engineers engineering manuals requirements, Walla Walla District technical requirements and other policies requisite to special site conditions, task requirements and as deemed necessary by the District's Contracting Officer or designated representative(s). SELECTION CRITERIA A-E selections will be conducted in strict accordance with the announced selection criteria, and in compliance with FAR Subpart 36.6, it supplements and Engineer Pamphlet 715-1-7. The criteria for evaluation and selection 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 through 10 are secondary and used as 'tie-breakers' for technically equal rated firms. 1. Professional Qualifications: The selected firm must have the professional qualifications necessary for satisfactory performance of required services and relevant experience in the survey and mapping disciplines listed in the project information. The evaluation will consider education, registration, technical certification, training, and longevity of relevant experience. 2. Specialized experience and technical competence in the type of work discussed in Project Information items (1) through (14) above for the preceding five (5) years. Note that of those 14 items, items (1) through (8) are the primary areas for this contract. Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. 3. Equipment Plan: Firms must currently possess or have the capability to readily obtain, through purchase or lease, instruments, equipment, hardware and software sufficient to meet the survey and mapping requirements listed in the project information. Describe owned or leased instruments, equipment, hardware and software that will be used to perform this contract or your plan to obtain those items. 4. Firms must demonstrate knowledge of the current (A/E/C) CADD standards, SDSFIE Spatial Data standards and possessing the ability to process and submit data, information and mapping for required surveys to District established specifications in formats primarily including but not limited to ASCII, EXCEL, Microstation (DGN), Inroads (DTM), ESRI (ArcGIS), TIF and PDF formats. 5. Geographic proximity and demonstrated knowledge of locality specific to the Columbia, Snake, and Clearwater Rivers, their basins and tributaries. 6. Capacity to accomplish the work. Demonstrate capacity of the firm relative to rapid response actions for mobilization and short suspense dates for task completion. The firm must also demonstrate the capability to field up to two (2) survey crews simultaneously. 7. Past performance: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Evaluations will be pulled from Department of Defense (DoD) Architect-Engineer Contract Administration Support System (ACASS) based on the DUNS number for the prime and any subcontractors. 8. Proposed project organization, specification of lines of authority, proposed personnel disciplines and team backup. 9. Small Business, Small Disadvantaged Business: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, HUBZones, Service disabled veteran-owned businesses, and historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort will be evaluated and considered in the award decision. 10. Volume of Department of Defense (DoD) contract awards in the last 12 months. SUBMISSION REQUIREMENTS Interested firms having the capabilities to perform this work must submit two (2) copies of Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II for the prime and all subcontractors. The SF 330 should be complete and specifically address the requirements of this announcement. Address all Selection Criteria in descending order of importance, as defined in the Selection Criteria section of this announcement, in SF 330, Section H. Submit completed SF330 to U.S. Army Corps of Engineers, Walla Walla District, Contracting Division, 201 North Third Street, Walla Walla WA 99362-1876, Attn: Lana Birdsell, not later than the close of business 4:00 PM Pacific Time on June 2, 2009. Solicitation packages are not provided and facsimile transmissions will not be accepted. Personal visits to discuss this project will not be scheduled. This is not a request for proposal and no other general notification will be made. Only timely SF 330s will be considered. Address questions to the contract specialist: Lana Birdsell at jean.l.birdsell@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a4757ed67efc2ed69fe70ddea2146edf&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01807272-W 20090503/090501222110-a4757ed67efc2ed69fe70ddea2146edf (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.