Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOLICITATION NOTICE

C -- Multidiscipline Indefinite Delivery Contracts for Topographic, Boundary, Hydrographic, and UAV Aerial Surveying and Mapping for Projects

Notice Date
11/13/2017
 
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, Savannah, Attn: CESAS-CT, 100 W. Oglethorpe Ave, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN18R2000
 
Archive Date
12/30/2017
 
Point of Contact
Aleesha D. Butler, Phone: 9126525293
 
E-Mail Address
aleesha.d.butler@usace.army.mil
(aleesha.d.butler@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical questions should be directed to Neil McKenzie at (912) 652-5695 or neil.p.mckenzie@usace.army.mil; if you have questions concerning SF 330 / debriefings or the status of the selections contact the A-E Contract Management Section POC - Samuel J. Hong at (912) 652-5556 or Samuel.j.Hong@usace.army.mil; Contractual Questions: Sabrina Bastine at 912-652-5943 or Sabrina.Bastine@usace.army.mil. Multidiscipline Indefinite Delivery Contracts for Topographic, Boundary, Hydrographic, and UAV Aerial Surveying and Mapping for Projects under the Jurisdiction of the Savannah District and South Atlantic Division (SAD). *** 1. CONTRACT INFORMATION: This announcement is 100% set-aside for Small Business only. The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of three multidiscipline Indefinite Delivery Contracts (IDC). These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. The applicable North American Industry Classification System (NAICS) Code is 541370. *** Contracts awarded as a result of this announcement will be administered by Savannah District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts. The contracts will consist of a one-year base ordering period and four one year option periods, each period not to exceed one year, for a total of five years maximum. An option may not be exercised if the contract amount has been exhausted or nearly exhausted. The total amount of each contract over the five-year ordering period may not exceed $3,000,000. Task Orders will be for topographic survey, boundary surveys, hydrographic surveys, and digital UAV aerial mapping for construction projects throughout the Savannah District and SAD. These task orders are firm fixed price. *** Work will be issued by negotiated, firm-fixed price task orders. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliverables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM website: http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220. ***** 2. PROJ ECT INFORMATION: Task orders to be issued under this contract may include UAV aerial surveying and mapping, topographic surveying and mapping; hydrographic surveying and mapping; generation of Triangulated Irregular Networks (TIN); digital terrain models (DTM), digital elevation models (DEM); property and boundary surveying and mapping; preparation of drawings, maps and plats; and performance of records and drawing (plat) research necessary to locate property lines and monuments in the field. Drawings must be originated and delivered in DGN format. DEM, DTM, and TIN datasets must be delivered in a Bentley format (DTM) and/or ESRI format as the project dictates. In addition GIS data, when requested, will be originated and submitted in ArcView and/or Arc Info formats for downloading into a GIS database and in compliance with SDSFIE (latest version). Work shall be submitted in both electronic and hard copy files. ***** 3. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory, based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Specialized Experience and Technical Competence), and Factor 2 (Key Personnel) are weighted equally and each factor individually is significantly more important than Factor 3 (Past Performance), Factor 4 (Work Management/Capacity), and Factor 5 (Knowledge of Locality) which are significantly more important than Factor 6 (Volume of DoD A-E Contract Awards). Past Performance, Work Management/Capacity, and Knowledge of Locality are weighted equally and each factor individually is more important than Volume of DoD Contract Awards. Volume of DoD Contract Awards will only be used as a *tie-breaker* among firms that are essentially technically equal. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. *** Factor 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN: The selected firm must have, either in-house or through consultants, experience in the following: 1. Topographic surveying and mapping, 2. Boundary surveying and mapping, 3. Generation of triangulated irregular networks (TIN), digital terrain models (DTM), and digital elevation models (DEM, 4. Hydrographic surveying and mapping, 5. Ability and experience in performing courthouse research in boundary surveys, 6. Performance of records and drawing (plat) research necessary to locate property lines and monuments in the field, 7. Survey grade equipment, including conventional, GPS, bathymetric, UAV, and terrestrial 3-D scanning to be used in performing surveying and mapping, 8. UAV aerial surveying and mapping, and 9. Underground utility location services. Use of in-house quality control measures to ensure accuracy of field work and final work products. Completed surveys must be no older than 10 years from the date the synopsis is issued. *** Factor 2 - KEY PERSONNEL: All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis and in the following key disciplines that are required to be licensed, registered, and/or certified: Resumes should show relevant experience within the last five years (UAV Operators are excepted from the five year experience requirement, but resume must include successful completion of 5 UAV survey projects collecting, processing, modeling, and mapping of 3-D terrain data. Key personnel include: Land Surveyors registered in GA, SC, and NC (3); Project Manager (1); Survey Party Chiefs (2); UAV Operator (1); CADD/GIS Operator (1). Key personnel whose resumes are presented in Section E of the SF 330 shall be the individuals who will routinely be involved in the actual production of work under this contract. The evaluation will consider education, training, registration, voluntary certifications, and overall and relevant experience. *** Factor 3- PAST PERFORMANCE: Past performance on DoD and other contracts with respect to quality of work and compliance with performance schedules (actual survey schedule compared to the negotiated survey schedule). Indication of favorable performance ratings, awards, and repeat clientele. *** Factor 4 WORK MANAGEMENT/CAPACITY: A proposed work management plan shall be presented in Section H of the SF 330 that addresses management approach and the procedures used for in-house quality control of fieldwork and final work products. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. The evaluation for this factor will also consider the organizational chart in Section D of the SF 330. The organizational chart shall include all key personnel in Section E and all other team members shall be indicated by the total number available for this contract. Show lines of responsibility and communication between project team leaders and team members. Address the firm's capacity to perform multiple simultaneous task orders and to commence work within three (3) days after receipt of task orders. *** Factor 5- KNOWLEDGE OF LOCALITY: Knowledge of locality as it pertains to aerial surveying and mapping (FAA and local clearance procedures and flight planning), and topographic, boundary, and hydrographic surveying and mapping in GA, SC, and NC. *** Factor 6 - VOLUME OF WORK. Volume of DOD contract awards in the last 5 years from the solicitation date. *** TELEPHONIC INTERVIEW. Those firms achieving a qualified status (short list) will be given a telephonic interview the results of which will be factored into the firms overall rating. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must submit two (2) paper copies and two (2) CDs of the SF 330. The entire submission of the SF 330 must not exceed five (5) Megabytes and shall be submitted as one file using Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Please note that an Indefinite Delivery Contract (IDC) will not be considered a single project for SF 330 Section F Example Projects. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated. FIRMS MUST INCLUDE THE DUNS NUMBER AND CAGE CODE FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Submissions are to be received in this office by 15 December 2017 at 4:00 PM. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Any questions concerning submissions should be directed to the A-E contracts management section POC (see above). No hand carried submissions will be accepted. All submissions must be addressed to: DEPARTMENT OF THE ARMY SAVANNAH DISTRICT, CORPS OF ENGINEERS CESAS-EN-E, Mr. Samuel J. Hong, PE 100 W. OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640 BIDDER INQUIRIES: 1) ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. 2) Questions should be submitted no later than 8 December 2017, 4:00 PM Eastern Time to allow time for a response. On this date and time, the portal will be closed. 3)To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. 4)The Project ID and name are: W912HN18R2000 "FY18 SAS Survey IDIQ". The Bidder Inquiry Key is: XYW56X-A3P5XD. **** PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS ANNOUNCEMENT WILL NOT BE SCHEDULED. THIS IS NOT a REQUEST for a PROPOSAL. **** NO HAND CARRIED SUBMISIONS WILL BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN18R2000/listing.html)
 
Record
SN04738229-W 20171115/171113230905-7c91bae27d030f1604ab482fd219dc16 (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.