Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2002 FBO #0041
PRESOLICITATION NOTICE

C -- One Indefinite Delivery Contract #61 (Operations Division) for Surveying within North Atlantic Division

Notice Date
1/10/2002
 
Notice Type
Presolicitation Notice
 
Contracting Office
US Army Engineer District, New York - Civil Works, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
CBAENOP-02-010-0012
 
Response Due
2/12/2002
 
Archive Date
3/14/2002
 
Point of Contact
Edward Lew, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Civil Works
(edward.t.lew@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Location: The work will be within the North Atlantic Division. Subsistence or per diem will be paid for work beyond a fifty-mile radius of the New York District Office. No subsistence or per diem will be paid for work within a fifty-mile radius of the N ew York District Office. Scope of Services Required: a. Provide precision horizontal and vertical surveys and be capable of CAD/GIS database management. b. Horizontal and vertical surveys constitute approximately 50% of all delivery orders. All other services 50%. c. GIS database management. 1) Maintain existing Integrated Spatial Data System relating to: ? Project scheduling and timelines. ? Volumes. ? Financial data. ? Contractor data. ? Shoaling rates. ? Various information about past and present projects. ? Water Quality information. ? Controlling depths. Either posting or computing. ? Modify ISDS to include new parameters. d. Maintain Survey Database. ? Input new or changed horizontal or vertical stationing. ? Update channel points and courses. ? Maintain Pierhead and Bulkhead Line database. e. Continuously Operating Reference Stations (CORS) 1) Maintain and upgrade hardware in both field and office. 2) Maintain software and upgrade when necessary. f. Provide precise horizontal and vertical control for various District projects as required. 1) Maintain existing control in field and office. 2) Check and update Survey files and incorporate into existing Survey Database. g. Produce and maintain survey Metadata files, both past and ongoing, with appropriate clearinghouse. h. Firms must be capable of establishing horizontal and vertical control of First Order Class II as required. The reference grid systems will be State Plane Coordinates Systems in both NAD 27 and NAD 83. i. Firm must be capable of collecting survey data electronically and submitting both hard maps and electronic data. The New York District current CADD standard is Bentley Microstation/j for 32-bit x 86 Windows (95 & NT4.0) version 07.00.00.37 and Inter graph InRoads version 07.01.01.00. CADD data must conform to EM1110-1-1807 (Standards Manual for U.S. Army Corps of Engineers Computer-Aided Design and Drafting (CADD) Systems). j. Proposals must list both field and office equipment. Proposals must clearly show ability to collect and present horizontal and vertical data electronically in CADD and GIS formats. Proposals must clearly show ability to construct and implement GIS i nformation in a relational database, such as, Oracle, Access, etc. conforming to New York District standards. Proposals must include, minimally, a synopsis of existing GIS databases created and maintained by the firm. Firms must show the ability to modify and input data into existing databases. k. These services will be provided under one (1) indefinite delivery contract. This contract will be for a base period of up to 12-months, with two option periods of up to 12 months each. The contract amount base period plus two options will not exceed $3,000,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. This contract will include an option for two (2) additional periods under the same terms and conditions as the basic contract. The Government has the right to exercise the each option period after the monetary limit is reached for the base period and the 1st option period, prior to the expiration of the time period (365 calendar da ys). Regardless of issuance of succeeding option years, all negotiated task orders will use the 1st year rates for the 1st 365 calendar days of the contract. Likewise, the negotiated rates for the second year will be in effect for the 2nd period of 365 c alendar days of the contract. The Government?s obligation is to guarantee a minimum amount of payment of $20,000 for the base period and $10,000 for each option period if exercised. One firm will be selected f rom this announcement. Technical capabilities Required: The firms selected must have one or more senior staff persons licensed to practice Land Surveying in the states of New York and New Jersey. The states of New York and New Jersey have rigorous licensing requirements. For this reason, if required, other states within NAD may provide reciprocity. For the amount of anticipated work outside of New Jersey and New York it is not necessary to require licensing in each state. Special Qualifications: The firms selected must each have sufficient staff to be able to perform at least two delivery orders simultaneously. Closing date for Submission of Form 255. 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF-255 and SF-25 4. SF-254 should reflect the overall firm?s capacity. SF-255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If sub-consultants or subcontractors are to be used, an SF-254 must be submitted for each sub-co nsultant or subcontractor. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the election process is conducted. Evaluation Factors (in descending order of importance): a. Primary selection criteria: 1) Specialized experience and technical competence in the type of work required; 2) Professional qualifications necessary for satisfactory performance of required services; 3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 4) Capacity to accomplish the work in the required time; 5) Knowledge of the locality and location in the general geographical area provided that application of this criteria leaves an appropriate number of qualified firms, given the nature and size of the project. Firms are encouraged to submit from any g eographical area. b. Secondary selection criteria: 1) Extent of participation of small business, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2) Geographic Proximity in relation to North Atlantic Division. 3) Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms that have not had prior DoD contrac ts. Start: April 1999. Completion: March 2002 Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors are reminded that the successful firm will be expected to place subco ntractors to the maximum possible extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a Subcontracting Plan will be required prior to award. Notes: a. Firms who have not previously applied for NYD projects and firms who do not have a current SF254 on file with NYD should submit two copies of SF254 on initial response to our CBD notice. Firms using sub-consultants or subcontractors should submit co pies of the SF-254 for their sub-consultants or subcontractors. b. Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and t hat the firm may request a debriefing. c. The A/E?s request for debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. d. Debriefing(s) will occur within 14 calendar days after receipt of the written request. e. Copies of all SF254s and SF255s of all firms, which are not short-listed, will be held for 30 calendar days after notifications are sent out. 11. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN, Room 2004, 26 Federal Plaza, New York, NY 10278, (212) 264-9123.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, New York - Civil Works CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN20020112/00013503-020111090634 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.