Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOURCES SOUGHT

C -- IDIQ A-E Master Planning and Geographic Information Systems. This contract will be for Military and Civil Works projects primarily within SPD boundaries.

Notice Date
7/15/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-09-S-9196
 
Response Due
7/24/2009
 
Archive Date
9/22/2009
 
Point of Contact
Carolyn E Mallory, 916-557-5203<br />
 
E-Mail Address
US Army Engineer District, Sacramento
(Carolyn.E.Mallory@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT to be used for Market Analysis only, to determine whether a minimum of 3 highly qualified A-E firms, capable of performing all of the stated types of A-E services, exists within the Small Business Community. ALL SMALL BUSINESS CONCERNS, INCLUDING 8(a) PROGRAM PARTICIPANTS, HUBZONE, SMALL DISADVANTAGED, WOMAN-OWNED, VETERAN-OWNED OR SERVICE DISABLED VETERAN-OWNED SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on their ability to demonstrate competence and qualifications for all of the required work elements. This procurement will be conducted under North American Industrial Classification System Code (NAICS) 541310, FSC Code: C211, SIC Code: 8712. The small business size standard for this code is $4,500,000.00 To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three fiscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is classified as a Large Business. All respondents, in their response to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is classified as a Small Business concern, 8(a) Program participant, HUBZone Small Business concern, Small Disadvantaged Business concern, Woman-owned Small Business concern, Veteran-owned Small Business concern or Service Disabled Veteran-owned Small Business concern. All questions regarding this project or size status should be directed to the Contracting Officer, Carolyn Mallory, at (916) 557-5203, fax (916) 557-7854, email Carolyn.E.Mallory@usace.army.mil. The anticipated types of contracts are two (2) other than small business, Firm Fixed Price, 5 Year/ $20M total for each contract, (Base Year and 4 Option Years, each for $4M) and one (1), a type of small business concern, Firm Fixed Price, 5 Year /$9.8M total, (Base Year and 4 Option Years, each for $1.96M) IDIQ contracts. If the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION: A-E services are required to provide Master Planning and Geographic Information System (GIS) related services to the U.S. Army Corps of Engineers (USACE) for various Federal, State and local agencies. This would be a regional requirement with some requirements falling outside SPD boundaries; however, it is anticipated that the majority of the work will be located within the boundaries of SPD. The SPD includes both military boundaries (CA, NV, UT and AZ) and civil works boundaries (CA, NV, AZ, UT, NM and portions of OR, ID, TX, CO and WY). However, to support the master planning and GIS program, work will be done for the following customers outside the SPD boundaries: Air Force, Army Chief of Staff for Installation Management (ACSIM) and Installation Management Command (IMCOM), Air Combat Command (ACC), Global Strike Command, and for other DoD agencies. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for master planning and GIS related services. A specific statement of work will be issued with each task order. 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, as determined relative to the employees office location (not the location of the work). Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. 3. QUALIFICATIONS: All interested Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: a. Conduct all aspects of Master Planning and Geographic Information Systems (GIS) for Department of Defense installations and bases, civil works locations, municipalities, cities and counties, other federal and state agencies. Preparation of U.S. Army and Air Force master plans, various miscellaneous engineering studies involving facilities, infrastructure, application of sustainable design and development concepts and rating systems such as LEED, and/or operational activities on military installations. b. Services may include Planning, Programming, Leadership in Energy and Environmental Design (LEED)/Sustainable Planning, Engineering Studies, Installation Sustainability Assessment (ISA)Planning Studies, Encroachment Sustainability (ESAP) Planning Studies, Air Installation Compatible Use Zone (AICUZ) Planning Studies, Architectural Compatibility Planning Studies, Geographic Information Systems and Computer Aided Design and Drafting, NEPA activities related to Master Planning, Comprehensive Planning, utility studies, Automated Mapping, Facility Use Surveys, Real Property Database Updates, and Facility Management. c. Services may consist of preparation of utility analyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, (area development guides and area development plans); cost estimates, Project Development Brochures, Requirements Analysis Management Plans, environmental assessments and/or environmental impact statements related to the master planning process, installation design guides and economic analyses. d. Work may include analysis of installation wide planning processes to assess activities related to sustainable design and development using the US Green Building Council (USGBC) Leadership in Energy and Environment (LEED) rating system and/or combinations of LEED and other rating systems and methods. Ability to develop and incorporate sustainable planning products and documents in accordance with Leadership in Energy and Environmental Design (LEED) program directives. e. Work may also consist of evaluation of requirements for hardware and software, training, needs analysis, management of AM/FM/CADD/GIS systems, coordination and sponsorship of related conferences and the integration of AM/FM/CADD/GIS functions with other engineering systems and analysis models. Work may include 3-D modeling, graphics, videos and renderings. f. Work may also include collection of field data using hand-held PCs/devices/survey grade units using GPS and field GIS software. Work may also include establishing Enterprise GIS (EGIS) at various Government locations. Work may include posting to DoD Intranet/Internet servers. Work may include the digitization and/or scanning of maps, drawings, plans, photos and building plans with interior utilities. (1) Development of Enterprise Geographic Information Systems (field, desktop and Internet based) to support Master Planning and facility management. (2) Ability to prepare paperless master plan utilizing the Internet World Wide Web (WWW) sites and electronic medium to access and display data, and link to EGIS. g. Services may include real property facility surveys with associated databases. Services may be required to convert digital information to CD/DVD or other media for presentation. The firm selected may be required to supply macros and user commands for various software packages, environments/languages in a documented format. h. Work may be performed in an AutoCAD, Microstation, Google Earth, Sketchup and ArcGIS, ArcIMS, GeoCortex, ArcGIS Server or equal environment. Firms shall have knowledge of corporate/enterprise databases such as Oracle, MS SQL Server, or equal. GIS work may be field, desk top or Intranet/Internet based. Firms may be required to develop electronic plans as the project medium. i. Firms must have the capability to provide new aerial color photography and false color infrared photography, LIDAR, aerial surveys and photogrammetric products, including mapping and may be required to establish horizontal and vertical ground control using global satellite positioning or other techniques such as conventional surveying. Incidental planning documents such as sketches, technical specifications, 3-D layouts and project plans may be needed as part of these efforts. j. The contractor shall have the capability to develop CADD and GIS maps and plans including preparation of planning applications and associated documentation. This and other related work may require the contractor to use computer models and conduct pilot projects to predict the planning impacts of mission changes at an installation. Master Planning and GIS training may be needed. k. This work will include the preparation and reproduction of all necessary training materials including overheads, Power Point slides, training manuals, and exercises. Other miscellaneous services that may be required as part of this work including the creation and population of electronic database including the use the Geographic Information Systems with ESRI products or equal. Providing public and regulatory agency meeting support may be required. l. Primary disciplines required are: Planners, Geographers, Architects, Civil Engineers, and each individuals education, training, certification, LEED accreditation, and registrations, overall relevant experience and longevity with the firm. Secondary disciplines required are: Geologists, Economists, Mechanical Engineers, Electrical Engineers, Environmental Scientists, at least one registered land surveyor, GPS technician, Photogrammetrist, GIS Programmer, GIS Systems technician, CADD technician, draftsman, and aerial photographer. 4. SUBMISSION REQUIREMENTS: All interested Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting statements of qualifications following the instructions below. The qualification statement is limited to 6 pages total; however, your certification of type of small business is required with this submittal, but will not be counted in the total pages. The responses must be specific to each of the qualifications listed above to show that the respondent meets each qualification or has the skills and experience; if a response does not show that the respondent meets each of the qualifications and possesses the skills and experience, it will not be considered by the Government. Again this is not a request for proposals or quotation; there is no solicitation available at this time. A determination by the government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, small business, etc. or unrestricted is within the discretion of the Government. All responses are due in hard copy only to the US Army Corps of Engineers, Sacramento District, ATTENTION: Carol A. Dones, 1325 J Street, Room 878, Sacramento, CA 95814-2922, not later than 4:00 pm (local time) on the response date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-9196/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
Zip Code: 95814<br />
 
Record
SN01876183-W 20090717/090716000006-bea7389af4de0bb67c5725ea0a7ed24f (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.