SOLICITATION NOTICE
C -- IDIQ for Surveying Services
- Notice Date
- 1/28/2010
- Notice Type
- Presolicitation
- Contracting Office
- NCR - National Capital Region Division of Acquisition Mgmt 1100 Ohio Dr SW Contracting Annex Washington DC 20242
- ZIP Code
- 20242
- Solicitation Number
- N300010006A
- Response Due
- 2/25/2010
- Archive Date
- 1/28/2011
- Point of Contact
- Gary Pieruccioni Contract Specialist 2026196365 gary_pieruccioni@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The National Park Service (NPS), National Capital Region (NCR), 1100 Ohio Drive, SW, Washington, DC, 20242, is seeking (a) qualified engineering firm or organization to provide Surveying Services under an indefinite delivery indefinite quantity (IDIQ) contract. Professional registration in MD, DC and VA is required, based on project location. The North American Industry Classification System (NAICS) code for this procurement is 541370, with a small business size of $4,000,000. This solicitation is open to small and large businesses. REQUIRED PROFESSIONAL DISCIPLINES: Licensed Land Surveyor, registered in District of Columbia, Maryland and Virginia in a management role. Additional services: CADD drafting (use of Bently Microstation V8 ), word processing, power point, etc. may be required in the performance of specific task order requirements. Must have a facility clearance level of Top Secret, status is active, and a safeguarding level of Top Secret granted and approved by the Defense Security Services. PRIMARY SERVICES: Shall consist of, but not be limited to: coordination and performance of ground control, cadastral, topographic, hydrographic, utility and construction surveys. Project sizes will range from less than one to a hundred acres. Sites will vary in location from urban to rural. Task Order performance times may frequently be of short duration, i.e. 30-60 days up to and including submission of draft and final deliverables. AWARD CONSIDERATIONS: The Government intends to award a single contract from this announcement. An IDIQ contract is contemplated covering a base period of one (1) calendar year from contract award date, with four additional one-year option periods. The Government will use such factors as relevant experience, successful past performance, quality of deliverables, and timeliness. Work will be ordered by issuance of firm-fixed price or not-to-exceed type task orders. The maximum ordering limitation per task order awarded is $250,000.00. The typical survey will be between $6,000 to $60,000. The guaranteed minimum per contract awarded for the life of the contract, which includes the base period and all options exercised, is $10,000.00. LOCATION AND TYPES OF PROJECTS: Projects will be located in the National Capital Region (NPS-NCR) encompassing portions of Washington D.C., Virginia, and Maryland. However, other NPS Contracting offices may also be permitted to issue task orders against this contract. CODES, REGULATIONS AND STANDARDS: Firms shall expect to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection board of National Park Service personnel based upon the following specific evaluation criteria, listed in descending order of importance: 1. Show specialized experience and technical competence in creating CADD files directly from electronic field data into MicroStation V8 format with predefined NPS element symbology. 2. Show specialized in-house capabilities to locate, trace, and document underground utilities. 3. Provide names of currently available employees (with Top Secret clearance level) responsible for work primarily as part of a field crew, as MicroStation cadd operators, as utility research specialist, as property survey researchers, and survey computation. Names should be attached ONLY to the individuals primary work role. Intent of presentation should be to allow an assessment of manpower experience and resources to cover multiple projects, of various type, in various locations, simultaneously. SUBCONTRACTING PLAN REQUIREMENT: If the apparent successful respondent is a large business, the respondent will be required to submit a subcontracting plan. The subcontracting plan, which in accordance with Public law 97-507, requires the A/E firm to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 19% of the contractor's intended subcontract amount be places with small businesses, 3% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, 3% shall be placed with veteran-owned small businesses, 3% shall be placed with service-disabled veteran-owned small businesses; and 5% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a completed SF330 for each firm, a Team Standard Form 330, and an organization chart of the team. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only to the extent that it substantiates the relevant project work specifically described on SF330. Additional information should not exceed 20 double-side pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (http://www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. Responses must be received by 2:00 p.m. Eastern Standard Time, February 25, 2010 at the following address: National Park Service; Attn: Gary Pieruccioni, 1100 Ohio Dr., SW Washington, DC 20242. Note: This is not a Request for Proposals. The Government intends to award a single contract based on the selection board's final selection list, to the firm considered most highly qualified to perform the work. The Federal Acquisition Regulation website is www.arnet.gov.The website to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000. All responsible sources may submit an offer, which will be considered by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N300010006A/listing.html)
- Place of Performance
- Address: District of Columbia, States of Maryland, Virginia and West Virginia
- Zip Code: 20242
- Zip Code: 20242
- Record
- SN02051885-W 20100130/100128234939-0326eb6ec8d0d6aab5c2513925e3f42c (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 |