Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

R -- MAPPING & SURVEYING - NATIONWIDE (US ARMY CORPS OF ENGINEERS - OMAHA DISTRICT)

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F12R0001
 
Response Due
4/17/2012
 
Archive Date
6/16/2012
 
Point of Contact
Denise M. Cramer, 402-995-2088
 
E-Mail Address
USACE District, Omaha
(denise.m.cramer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION This contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A-E Services may include but are not limited to Airborne and Land Based Remote Sensing (including Photogrammetry), Boundary Surveys, Topographic Surveys, Bathymetric Surveys, Computer-Aided Drafting and Design (CADD) and Geographical Information/Information Technology Systems (GIS) product development. The location of Engineering Services will include the Omaha District (Civil Works and Military Works) boundaries of Montana, Wyoming, Colorado, Nebraska, South Dakota, North Dakota, Minnesota, Iowa and Wisconsin, the Northwestern Division (Seattle District, Portland District, Walla Walla District and Kansas City District) and nationwide locations of the customers of the U.S. Army Corps of Engineers. This solicitation is set aside for SMALL BUSINESS under NAICS Code 541370-Surveying and Mapping Services. The small business size standard effective March 12, 2012 is $14 Million. At least 50% of the cost of contract performance incurred for personnel must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. Up to five (5) indefinite delivery contracts will be negotiated and awarded, each for five (5) years. The amount of each contract will not exceed $9 Million. Work will be issued by negotiated firm-fixed-price task orders. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. 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 employee's office location (not the location of the work). To be eligible for contract award, a firm MUST BE REGISTERED in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov PROJECT INFORMATION Work may include aircraft operations as a platform for LiDAR and digital imagery acquisition supporting development of topographic (DTM/TIN) and orthophotographic products. Surveying requirements consist of establishing horizontal and vertical control for cadastral, topographic, photogrammetric, and hydrographic and construction surveying. Global Positioning System (GPS) surveying capability will be required utilizing static, fast static and kinematic procedures to obtain three dimensional (3-D) coordinate values. Total Station 3-D data collection techniques may be required including break-line technology (DTM/TIN compilation) and locating/verifying both above and below ground utility systems using all available electronic means. Related efforts may include feature and topographic detailing, drafting, procurement of satellite imagery, generation of CADD and GIS products and supplemental ground topographic survey densification. Final product delivery will be in the most recent versions of relevant software including MicroStation V8, AutoCAD, ESRI, ERDAS and SDSFIE formats. All data requires development and delivery of associated FGDC compliant metadata. The US Army Corps of Engineers requires Firm(s) follow various accuracy standards and guidelines during data acquisition and processing such as the National Map Accuracy Standards, CADD Standards and USACE Engineering Manuals (EMs). Offerors are advised that there could be requirements for performance of work on U.S. Government Federal Properties or Military Installations requiring proper identification and appropriate clearances for personnel to gain access. SELECTION CRITERIA The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-f are primary. Criteria g is secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. (a)Specialized Experience and Technical Competence (SF 330, Part I, Section F): All projects cited shall identify start/completion dates as well as the project size (cost and scope). Provide examples of 10 projects completed within the last 10 years with a maximum value of $1 Million. (1) Design Quality Management Procedures. (2) CADD. (3) Equipment Resources of the Prime Contractor and any Subcontractors. (4) Demonstration of the ability to complete simultaneous projects in differing geographic areas under aggressive schedules. (5) Demonstrate surveying and photogrammetry experience. (6) Include 3-D mapping performed in accordance with the Engineering Manual 1110-1-1000, "Photogrammetric Mapping", American Society of Photogrammetry and Remote Sensing (ASPRS) or other nationally recognized standards. (7) Provide examples of qualifications and capabilities to perform topographic surveying in accordance with the requirements outlined in EM 1110-1-1005, "Topographic Surveying", ASPRS or other nationally recognized standards, include locating above and below ground utilities. (8) Demonstrate capability to perform boundary surveying including courthouse research. (9) Demonstrate experience and the qualifications to perform hydrographic surveying in accordance with requirements outlined in EM 1110-2-1003, "Hydrographic Surveying". (b) Professional Qualifications (SF 330, Part I, Section E & G): Evaluation of education, training, registration, certifications, overall and relevant experience, and longevity with the Firm of key management and technical personnel. This criterion is primarily concerned with the qualifications of key personnel, not the number of personnel (addressed under the capacity criterion). Certifications and Licensing is required for the following: Professional Land Surveyor/Registered Land Surveyor, Certified Photogrammetrist, and GIS Professional. If after submission of the proposal or after award of a contract, the proposed individuals are unable to fulfill the obligation of the solicitation, the proposed replacements shall have similar or greater education and experience credentials. Those credentials shall be provided in writing to the Contracting Officer for review. (c) Past Performance: Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. (May be evaluated from ACASS information obtained by the Omaha District Office) (d) Work Management (SF 330, Part I, Section H): A proposed management plan shall be presented that includes an organization chart and addresses team organization, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. (e) Capacity to Accomplish the Work (SF 330, Part I, Section H): Capacity to perform approximately $1 Million in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (f) Knowledge of the Locality (SF 330, Part I, Section H): Knowledge of locality means knowledge of regional or local geology, hydrology, soils, topography, climatic conditions, local methods that are unusual or unique, etc. The Firm's office location(s) is not related to this criterion. The location of Engineering Services will include the Omaha District (Civil Works and Military Works) boundaries of Montana, Colorado, Wyoming, Nebraska, South Dakota, North Dakota, Minnesota, Iowa and Wisconsin, the Northwestern Division (Seattle District, Portland District, Walla Walla District and Kansas City District) and nationwide locations of the customers of the U.S. Army Corps of Engineers. Secondary Selection Criteria: Secondary criteria will only be used by a selection board as a "tie-breaker", if necessary, in ranking the most highly qualified firms. (g) Equitable Distribution of DoD Contracts (SF 330, Part I, Section H): 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. Evaluation Criteria: The following Evaluation Criteria will be used to evaluate offeror documentation received. Exceptional: The offeror exceeds the scope of the announcement requirements in the majority of the aspects of the particular factor. The offeror also provides advantages and exceeds the announcement requirements in performance or capability indicating maximum benefit to the Government. The factor has no weaknesses or omissions. Above Average: The offeror exceeds the scope of the announcement requirements in many aspects of the particular factor. The offeror provides advantages in key areas or exceeds announcement requirements in performance or capability indicating significant benefit to the Government. The factor may contain weaknesses or omissions that have no impact on the offeror as a whole. Average: The offeror matches the scope of the announcement requirements of the particular factor. There may be strengths but they may not aggregate into an advantage indicating additional benefit to the Government or may be offset by weaknesses. Marginal: The offeror matches some but not all of the announcement requirements of the particular factor. There may be limited or individual strengths but they do not aggregate into an advantage and are offset by weaknesses, significant weaknesses, deficiencies or omissions. The Government may still receive benefit from the offeror submitted. Unacceptable: The offeror fails to meet a majority of announcement requirements or has omitted critical information required to evaluate the factor. There are no strengths. The offer contains a large number of or highly significant weaknesses, significant weaknesses, omissions and/or deficiencies. For the factors any omissions or failure to match the announcement requirements will be evaluated as "Unacceptable." Check for updates to this announcement at https://www.fbo.gov SUBMISSION REQUIREMENTS SUBMITTALS MUST BE RECEIVED NO LATER THAN 1400 hours (LOCAL TIME) on APRIL 17, 2012. a. Interested firms having the capabilities to perform this work must submit one original and three copies, each containing Parts I and II of the SF 330 information for the prime firm and all consultants, to the address shown below not later than 1400 hours on the response date indicated. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF 330 Instructions). The SF 330 shall have a page limit of 140 pages. A page is one side of a sheet, 8-1/2" by 11". If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be smaller than 12 fonts. Pages shall be numbered. b. Include the firm's DUNS and TIN number on the SF 330, Part I, and Block B. On the SF 330, Part I, Block C, provide the DUNS and TIN number for each consultant, if available. c. Facsimile and email 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. d. Mailing address for submission: U.S. Army Corps of Engineers Attn: Denise M. Cramer, CECT-NWO-M 1616 Capitol Avenue Omaha, NE 68102-4901 Point of Contact: Denise M. Cramer (402) 995-2088 Denise.M.Cramer@usace.army.mil SUBMITTALS MUST BE RECEIVED NO LATER THAN 1400 hours (LOCAL TIME) on APRIL 17, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12R0001/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capitol Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02701199-W 20120322/120320235939-dba062220125d71f2e2b18166a145dd2 (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.