Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite Quantity Architect-Engineer (IDIQ A-E) Contract for Surveying and Photogrammetric & GIS Services, Military Installations and Civil Locations with the South Pacific Division BoundariesW91238-09-S-9212.

Notice Date
7/31/2009
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) 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-9212
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
Carol A. Dones, 916 557-7318<br />
 
E-Mail Address
US Army Engineer District, Sacramento
(carol.a.dones@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 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 SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION WILL BE 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) 541370, FSC Code 218; SIC Code 8713. The Small business size standard for this code is $4.5M. To be considered Small Business under this NAICS code, the respondents average revenue for the last three fiscal years cannot be more than $4.5M; if the average revenue for the last three fiscal (3) years is over $4.5M, the respondent is classified as Large Business. All respondents, in 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, 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. All questions regarding this project or size standard should be directed to the Contract Specialist, Carolyn Mallory, at (916) 557-5203, fax (916) 557-7854, email Carolyn.E.Mallory@usace.army.mil. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The anticipated type of contract is a Firm-Fixed-Price (FFP), 5 Year/ $9.8M Total (Base Year and 4 Option Years, each for $1,960,000M) IDIQ contract. 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. The Secretary of the Armys Contractor Manpower Reporting (CMR) requirement will be incorporated into the anticipated contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2. PROJECT INFORMATION: A-E services are required for military installations and civil locations within the geographical area serviced by the South Pacific Division. Military Boundaries include CA, AZ, NV, and UT while civil works boundaries include CA, NV, AZ, UT, NM and portions of OR, ID, TX, WY, and CO. A specific scope of work with services required shall be issued with each task order. Drawings may be prepared in the metric or English systems of measurement. The work may be required for either civil or military projects. Task orders issued under this contract may include miscellaneous field and parcel surveying with Global Positioning Systems (GPS) and conventional methods, photogrammetric mapping, related aerial photography, LIDAR and IFSAR, remote sensing and lab work, digitized database mapping in AutoCAD, Intergraph, and terrain modeling. A-E must also have the capability to deliver products in GIS format compatible with ESRI or equal. 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 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 participants, 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) Capability and recent experience in photogrammetric compilation at scales ranging from 1 inch = 20 feet to 1 inch = 400 feet; digitized database mapping in AutoCad, Intergraph, and ArcMap (ArcView/ArcInfo) GIS compatible formats, analytical bridging; aerial photography; lab services; GPS and conventional field control (horizontal & vertical); field topographic surveys at scales 1 inch -20 feet to 1 inch 50 feet; LiDAR and IFSAR and miscellaneous surveying services. (b) Experience in horizontal control surveys, vertical control surveys, GPS control surveys, topographic surveys, hydrographic surveys, boundary surveys, legal descriptions, photogrammetric mapping, digital terrain models, GIS, analytical triangulation, orthophotos, aerial photography and lab processing. (c) Qualified professional personnel in the following key disciplines: at least one registered land surveyor (LS) and note any other employees with LS or Land Surveyor in Training (LSIT), or other registration credentials, overall relevant experience and longevity with the firm. 4. SUBMISSION REQUIREMENTS. All interested Small Business firms, including 8(a) Program participants, 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 by following the instructions below. The qualification statement is limited to 6 pages, single sided total; however, your certification of type of small business (for 8(a) and HUBZone only) is required with this submittal, but will not be counted in the total pages. If a one page transmittal or cover page is included it will not be counted in the total pages. Two (2) copies in their entirety need to be provided. 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 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 p.m. (local time) on the response date, listed above. Point of Contact Carolyn Mallory, 916-557-5203 Email your questions to US Army Engineer District, Sacramento at Carolyn.E.Mallory@usace.army.mil Place of Performance: Address:US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA Postal Code:95814 Country:US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-9212/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
Zip Code: 95814<br />
 
Record
SN01894828-W 20090802/090731235613-e2824d997d60b07d266d5aa20b33b9b0 (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.