Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2011 FBO #3359
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Engineering Field Surveys and Related Surveying Services for the Great Lakes and Ohio River Division

Notice Date
2/2/2011
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-11-R-0002
 
Response Due
3/4/2011
 
Archive Date
5/3/2011
 
Point of Contact
Bethany D. Hull, 304-399-5098
 
E-Mail Address
USACE District, Huntington
(bethany.d.hull@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The U.S. Army Corps of Engineers, Huntington District proposes to obtain services for up to two multidiscipline Indefinite Delivery Architect-Engineer contracts for Engineering Field Survey Services. Engineering field surveys and other related surveying services are required for various types of civil works projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries which include the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The District and Division boundaries are shown at http://www.lrh.usace.army.mil. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnished and new line items included by modification. Up to two indefinite delivery contracts will be negotiated and awarded with a base year and four option years. The contract amount will not exceed $2,500,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in 2011. The criteria to be used in allocating task orders among the contracts will be based on the following: (1) contract minimums - task orders will be distributed to assure the guaranteed minimums are met; (2) past performance on previous task orders - the quality and timeliness of work delivered on prior jobs under the current contract; (3) current capacity to accomplish the task order in the required time; (4) unique specialized experience; and (5) equitable distribution of work among the firms. North American Industrial Classification System (NAICs) code is 541370, which has a size standard of $4,500,000.00 in average annual receipts. This announcement is open to small businesses only. To be considered eligible for set-aside procedures, firms must clearly indicate on their SF 330 appropriate certification as a small business (self certification). Quality Control Plans will be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-866-606-8220. 2. PROJECT INFORMATION: Engineering services will consist of horizontal and vertical control surveys, Hazardous and Toxic Radioactive Waste (HTRW) surveys, surface mine and underground mine surveys, structural deformation studies, route surveys, quantity surveys, land surveys, construction layout surveys, hydrographic surveys, geodetic surveys, and real property surveys of Government-owned land tracts, such as levees, reservoirs, or dredge disposal areas. The firm may be required to establish or re-establish corners, monuments and boundary lines, or for the purpose of describing fixed improvements, or platting or dividing parcels. These services will be used as necessary to support engineering studies to include design and construction, planning, operation and maintenance of navigation and flood control projects, real estate, and emergency management activities. All travel costs computed in regard to a particular task order will be measured from the District office or the firm's office, whichever is closer to the work site. Surveys will require personnel and equipment necessary to obtain surveys of second and third order accuracy (NGS standards). Hydrographic survey capabilities must meet requirements of U.S. Army Corps of Engineers EM 1110-2-1003 Hydrographic Surveying dated 1 April 2004. Hydrographic surveys shall use totally automated systems with the capability of positioning by use of a Differential Global Positioning System (DGPS). Facilities must be capable of producing topographic mapping that conforms to the National Map Accuracy Standards. Firms must be able to submit survey and mapping data in the formats requested by the government. These formats include, but are not limited to Trimble Business Center, Rinex, Adobe PDF, FGDC-STD-001-1998 Metadata, Bentley 3D-Microstation, Bentley InRoads, Autodesk AutoCAD and Civil3D format 2007 or greater, Hypack, MS-Word, MS-Excel, ESRI ArcGIS Version 9.2 or higher, Land XML, and ASCII. The files may be requested on CD ROM, DVD, USB Hard Drive or other electronic transfer. The firm will also be required to provide electronic copies of all raw data files from GNSS receivers and data collectors in their unedited format. In addition to the above formats, firms must have e-mail capability for project updates, status reports, file transfer abilities (FTP), etc. The government will only accept the final product, without conversion or reformatting, in the stated formats. Firms must have the capability to comply with all current U.S. Army Corps of Engineers manuals including EM-1110-1-1003, EM-1110-1-1005, EM-1110-1-2909 & EM-1110-1-1002. Firms must also have the capability of complying with the latest release of The CAD/BIM Technology Center A/E/C CAD Standard, Huntington District CAD Standard Supplement, and Huntington District Drafting Manual (http://www.lrh.usace.army.mil/ct/cad/) and with the latest release of the Spatial Data Standards for Facilities, Infrastructure and Environment. Firms must have the capability of using the GNSS receivers for geodetic control surveys, in addition to conventional surveying mapping instruments suitable for the stated accuracies. Work may require using the metric system. 3. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through D are primary. Criteria E through F are secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. All work is to be performed under the supervision of a Registered Land Surveyor. A. Specialized Experience and Technical Competence. Firms must indicate specialized experience and technical competence in: 1) Deformation monitoring capabilities utilizing least squares adjustments to analyze survey measurements for accuracy and monitor movement of large structures. 2) Cadastral surveying capabilities to re-establish, monument and sub-divide parcels, easements and right-of- ways in accordance with state and local requirements. 3) Geodetic surveying utilizing least squares adjustments to establish horizontal and vertical control for various surveying projects. 4) Topographic surveying capabilities using real time GNSS, VRS GNSS surveys and conventional surveying techniques. 5) GNSS capabilities for geodetic, topographic and GIS data collection. 6) Hydrographic surveying capabilities using differential GPS, acoustic and conventional survey techniques. 7) Ability to collect digital data for planimetric and topographic features, DTM, DEM, data collection, a break down of the firm's field to finish process, and manipulation of terrain data. 8) GIS-data development and system design compatible with the National Spatial Data Transfer Standards (SDTS). 9) Surface and Underground Mining Certifications and Experience in West Virginia, Kentucky, Ohio and Virginia. 10) 3-D Terrestrial Scanning. 11) HTRW capabilities to perform level B through level D HTRW surveys. 12) Route surveys. 13) Construction Surveys. 14) Documentation of geospatial and metadata contract deliverables that complies with the FGDC-STD-001-1998 Content Standard for Digital Geospatial Metadata. B. Professional Qualifications to Include Personnel Strength and Equipment Availability. 1) Personnel Strength - Firms must provide resumes that indicate the professional qualifications necessary for the required services in each field for the following individuals: Supervisory Professional Land Surveyor with the ability to perform surveys in the following states: West Virginia, Virginia, Ohio, Kentucky and North Carolina. Resumes identifying education, training and/or certification are also required for the following individuals: Surveying Technician, CADD operator / Draftsperson and a minimum of 3 survey parties of 3-persons (party chief, instrument operator and rodman) are required. 2) Equipment Availability - Firms must provide a list of all surveying equipment with age, model and serial numbers including, but not limited to, Total Stations, 3-D Scanner, GNSS receivers (Geodetic and GIS quality), Digital Levels, Boats, Fathometers, Sounders, Field and Office software and HTRW equipment. 3) One survey party must have HTRW field capability and current certification. 4) One survey party must have underground and surface mining certification. C. Capacity to perform approximately $500,000.00 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of qualified personnel. D. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from PPIRS and other sources. The Past Performance Information Retrieval System (PPIRS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. E. Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. F. Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12-months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. In addition, a brief Project Management Plan including an explanation of the firms' management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the interrelationship of management and various team components (including sub-contractors) shall be included. 4. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform this work must submit two copies of a current completed Standard Form 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants to the above address no later than 4:30 p.m. on March 4, 2011. Include the firm's DUNS number in SF 330, Part II, Block 4. Facsimile or electronic transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The Contract Specialist responsible for this procurement is Bethany Hull (Bethany.D.Hull@usace.army.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-11-R-0002/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN02371883-W 20110204/110202234439-df7bffadf311044e9d53fba482ae4351 (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.