Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR GENERAL AND PHOTOGRAMMETRIC SURVEYING SERVICES

Notice Date
1/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-R-0018
 
Archive Date
3/11/2016
 
Point of Contact
Gregory C. Keaton, Phone: 215-656-3826
 
E-Mail Address
gregory.c.keaton@usace.army.mil
(gregory.c.keaton@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for General and Photogrammetric Surveying Services within the boundaries of the District. It is intended to award an indefinite delivery contract, having a not to exceed value of $3,000,000.00. The contract will be for a five year duration unless the total of the awarded task orders reaches $3,000,000.00 sooner. This is a 100% Small Business Set-Aside. 2. PROJECT INFORMATION: The selected firm would be used primarily for general surveying, photogrammetric surveying and related ground control surveying including global positioning system (GPS) capability and digital mapping including the production of digital elevation models (e.g., triangulated irregular networks (TIN), aerial photography, digital database development, and digital orthophotography. All digital information must be compatible with the latest version of ARC/INFO geographic information system (GIS) along with other formats specified in individual task orders. Work will normally be within the geographic boundaries of the Philadelphia District, including but not limited to the Delaware River, Bay and tributaries in Pennsylvania, New Jersey, New York, Delaware, Chesapeake and Delaware Canal area of Maryland and the coastal regions of New Jersey and Delaware. Work in other areas of the above states may be required. Work in support of other agencies or USACE elements may be required under this contract. All work shall comply with the ruling jurisdictional regulations and laws to include the requirements for registrations, licenses, and certifications. Certain labor classifications under this contract will fall under the Service Contract Act provisions; information relative to this will be provided after selection and prior to negotiation. Responding firms must be familiar with USACE requirements and regulations. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience in land surveying using Global Positioning Survey (GPS) with capability for Differential GPS and Real Time Kinematic (RTK) surveys, electronic total station theodolites with electronic data collectors and ability to use standard electronic data exchange formats for electronic digital files for computer-aided drafting (CAD) map creation in AutoCAD. Must have ability to meet current ALTA/ACSM accuracy standards and the ability to create digital orthoimagery maps meeting National Spatial Data Accuracy Standards. Must be able to collect, process and create various final deliverables using LiDAR. Must demonstrate ability to meet requirements in current relevant Corps of Engineers Engineer Manuals (EM). For example: EM1110-1-1000 Photogrammetric and LiDAR Mapping, EM1110-1-1005 Control and Topographic Surveying, EM 1110-1-1002 Survey Markers and Monumentations, EM 1110-1-1003 Navstar Global Positioning System Surveying. (2) Specialized experience in photogrammetric surveying, related ground control surveying including GPS capability, aerial photography and LIDAR mapping is also required; (3) Professional qualifications of the staff in land surveys. Education, training, and experience of the staff related to the general and photogrammetric experience will be reviewed. Professional Land Surveyor licensing in New Jersey, Delaware, Pennsylvania, Maryland, and New York and certified photogrammetrist is required; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) Past performance, especially on relevant Department of Defense contracts will be reviewed in terms of cost control, quality of work and schedule compliance. Lack of such performance will not necessarily preclude a firm from consideration; (6) Extent of participation of Small Businesses, Small Disadvantage Businesses, HUBZone, 8(a), Women Owned, Service Disabled Veteran Owned Business, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4.SUBMISSION REQUIREMENTS: Firms which desire consideration and meet therequirements described in this announcement are invited to submit one completed hardcopy SF 330 Part I and II (revised 3/13) for the prime firm and prepare a separate Part II for each firm that will be part of the team proposed and submitted with Part I. If a firm has branch offices, submit a separate Part II for each branch office that has a key role on the team to: U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, ATTN: Megan R. Coll, Philadelphia, PA 19107-3390 not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. No electronic submissions will be accepted. All contractors must be registered in the DODs System for Award Management (SAM) database as required by DFARS 204.7300. Failure to be registered in the SAM 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 Web Site http://www.SAM.gov. As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the twelve (12) months preceding this announcement. As a requirement for negotiations, the selected contractor will submit for government approval, a quality control plan that will be enforced through the life of the contracts. The Contracting Officer reserves the right to terminate negotiations with firms that do not respond to Government requests for proposal, information, documentation, etc. in accordance with established schedules. The NAICS Code is 541370 with a size standard of $15 mil. This is not a request for proposals. No other notification to firms for this project will be made. This is a 100% Small Business Set-Aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-R-0018/listing.html)
 
Record
SN04001384-W 20160128/160126234550-7e36f2276e233efd9543693ff534b57d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.