Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

C -- Architect-Engineer Indefinite Delivery Contract for a variety of projects, aerial surverying and mapping in nature.

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-13-R-0048
 
Response Due
7/8/2013
 
Archive Date
8/4/2013
 
Point of Contact
Debora Gray, (757) 201-7551
 
E-Mail Address
USACE District, Norfolk
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: A-E services are expected to be required for a variety of projects, aerial surveying and mapping in nature. The type of contract proposed is an Indefinite Delivery Contract (IDC). These services are procured in accordance with PL 92-582 (Brooks A/E Act) and FAR Part 36. An Indefinite Delivery Contract (IDC) will be negotiated and awarded with a base period not to exceed three years. The cumulative value of all task orders will not exceed $3,000,000.00. This announcement is a SMALL BUSINESS set aside. This procurement is classified under SIC Code 8711. 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. 2. PROJECT INFORMATION: The project consists of engineering, design, preparation of plans and specifications, cost estimates, reports and possible development of Long Term Management Strategies (LTMS) for navigation and flood risk management project(s) within the jurisdiction of the Norfolk District. A-E services may include site investigations, topographic surveys, geodetic surveys, hydrographic surveys, aerial surveying, and tidal studies meeting National Ocean Service standards, development of LTMS for Dredged Material Placement Areas, preparation of plans and specifications and cost estimates for construction of minor projects and preparation of reports. 3. 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-H are secondary and will only be used as quote mark tie-breakers quote mark among firms that are essentially technically equal. A. Specialized Experience and Technical Competence: (1) Demonstrated experience to handle a variety of civil engineering, hydrographic surveying, geodetic surveying, aerial surveying and topographic surveying work relating to maintenance and new work dredging of river, harbor and beach nourishment projects. (2) Demonstrated experience in the application of the Dredged Material Research Program results in the design and implementation of dredging projects and long term dredge material placement solutions. (3) Must show the capacity of performing extensive hydrographic, geodetic, boundary and topographic surveys and producing charts and design documents meeting Corps of Engineers criteria. (4) Demonstrated experience and capability to perform bathymetry (multi-beam and single beam) and side scan sonar surveys that meet Corps of Engineers criteria using an automated hydrographic survey system in depths ranging from 0 feet to greater than 60 feet in protected and unprotected waters such as the Atlantic Ocean and Chesapeake Bay. Demonstrated experience and capability to perform side scan sonar surveys in search of underwater targets as small as a 3 feet by 3 feet object. (5) Demonstrated experience and capability to collect water and sediment samples in rivers, bays and oceans in depths ranging from 0 feet to greater than 60 feet. The samples must be obtained with accurate horizontal locations and depths that meet the Corps of Engineers criteria. Firms are required to identify and describe equipment to be used for automated hydrographic surveying and positioning and the vessel in which the survey and positioning equipment will be mounted. (6) Computer Resources - firms must indicate in Block (h) of the Standard Form 330 the following items: (a) accessibility to and familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system and the MCASES estimating system: (b) demonstrated CADD capability with capacity to produce output files in.dxf and.dwg and either.pdf or.cal file format. (c) Provide survey data in HYPACK and xyz files and side scan sonar data must be compatible to be reviewed in Sonar Wiz. (d) All survey data must be accompanied by metdata in the Norfolk District format. (7) Demonstrated experience and capability to perform tidal studies meeting NOAA National Ocean Service standards. B. Professional Qualifications: (1) The design team must possess currently registered professional personnel (in-house) in the CIVIL ENGINEERING discipline, a Licensed Surveyor in the SURVEYING discipline, a certified hydrographer and experienced personnel (in-house or by use of consultant) in ENVIRONMENTAL ENGINEERING. (2) A Project Team Management Plan including team organization and proposed method of carrying out to meet specific individual task order requirements and schedules. C. Capacity: (1) To accomplish the work in the required time: Firms must demonstrate ability of the design team to complete the project as scheduled. (2) To respond to emergency survey needs of the Norfolk District (hydrographic surveys, side scan sonar surveys and topographic surveys). Firms must indicate their ability and capacity to respond by having a survey team on site with all equipment required to perform the required duties within 8 hours of notification. D. Past Performance on Department of Defense (DoD) and other contracts: (1) Architect-Engineer Contractor Appraisal Support System (ACASS) evaluations (superior performance evaluations on recent completed project are advantageous). (2) Letters of evaluation/recognition by other clients. (3) Cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects. (4) On-time delivery of design for DOD and similar projects. E. Knowledge of the Locality: Specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, or local lays and regulations. A general desire for a local firm must be translated into specific required knowledge of the locality. F. SB and SDB Participation: Include as a secondary criterion in all unrestricted synopses. State similar to the following: quote mark Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total estimated quote mark. G. Geographic Proximity: Location of the firm in the general geographical area of the Norfolk District, Corps of Engineers. H. Equitable Distribution of DOD Contracts: Volume of DoD A-E contract awards in the past 12 months with the equitable distribution of DoD A-E contracts among qualified firms, including minority owned firms, SB and SDB participation and firms that have not had prior DoD contracts will only be considered when used as a quote mark tie-breaker quote mark. Consideration may include: (1) ACASS retrievals, (2) Current workload as listed in Block H and (3) Equitable distribution of work among A-E firms (including minority-owned firms, SB and SDB participation and firms that have not had prior DoD contracts will only be considered when used as a quote mark tie-breaker quote mark. 4. SUBMISSION REQUIREMENTS: All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 330 for the design team and single copies of current SF 330 for the prime firm and all consultants, to the above address. Firms responding to this announcement by 2:00pm eastern standard time on 8 JULY 2013 will be considered. Submittals by facsimile transmission will not be accepted and will be considered nonresponsive. Forms may be obtained through GPO at {202)512-1800 or via the web site at http://www.gsa.gov/forms/zero. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the web site at http://ccr2000.com. The SF 330 must also include the following: a. Block H: Distance (in terms of POV driving miles) from address of office to perform the work and the Norfolk District. b. Block H. include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. c. Firms with more than one office -(1) Block C: this block should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm; (2) Block E: each key person's office location; d. Block E: registrations must include the year, discipline and state in which registered; e. Block F: Include a descriptive project synopsis of major items of work; f. Block F. Indicate fee in terms of thousands of dollars, not percentage of work completed. g. Describe demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design [FAR 36.602-1{a) (6)). Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. THIS IS NOT A REQUEST FOR PROPOSAL. SOLICITATION PACKAGES WILL NOT BE PROVIDED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-13-R-0048/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN03081536-W 20130607/130606002853-94ddd6baef91a0fff312725e716a103c (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.