Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2002 FBO #0115
SOURCES SOUGHT

C -- Sources sought for indefinite delivery solicitation for professional geographic services (GIS) applications and services primarily for the states east of the Mississippi SODIV AOR

Notice Date
3/25/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0306
 
Response Due
4/16/2002
 
Archive Date
5/1/2002
 
Point of Contact
Debra Ryan, Contract Specialist, Phone 843-820-5918, Fax 843-818-6862,
 
E-Mail Address
ryandt@efdsouth.navfac.navy.mil
 
Description
The proposed contract listed herein is being considered for 100% 8(a), HUBZone or Small Business Set-Aside. All interested 8(a), HUBZone or Small Business Set-Aside concerns will notify this office in writing: Attn: Code 0213DR of their intention to submit a proposal on the proposed contract as Prime no later than 14 April 2002. NOTE: 8(a), HUBZone and small business firms: At least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. The Government considers any firm having less than 25 employees, 2 of whom must be registered geo-spatial professionals in the fields required to support the performance of this requirement as not capable of performing the requirement. This notification/submittal must include (1) the name of the firm; (2) evidence of capacity to perform the requirements and capacity of team to manage several GIS development projects (construction costs between $1,000,000 and $1,500,000) at one time; (3) Knowledge of DOD regulations, including Anti-terrorism and Force Protection criteria, through recent design experience and (4) general information that demonstrates the capability to perform projects of this complexity and magnitude. Complete information concerning management experience in similar work and financial status will be submitted with references. If adequate interest is not received from 8(a) concerns, consideration will then be given to setting the requirements aside for HUBZone concerns. If adequate interest is not received from HUBZone concerns, consideration will then be given to setting the requirements aside for Small Business concerns. Also, if adequate interest is received from 8(a) and HUBZone concerns, it is the Contracting Officer?s determination on how this will be set-aside IAW SBA Procedural Notice, Control No.: 8000-553 dated 10-10-2001. If adequate interest is not received from Small Business concerns, then the requirement will be issued unrestricted. The requirements for the SF254, SF255, etc. listed below are not required to be submitted at this time for the Set-Aside determination, but will be required for selection determination. Only one firm will be selected for this contract. The contract will be identified as N62467-02-R-0306. This solicitation is UNRESTRICTED. The contract shall be for professional geographic information system applications and services necessary in (but not limited to) the Naval Facilities Engineering Command, Southern Division Area of Responsibility (AOR) primarily east of the Mississippi River in the following states: FL, TN, AL, MS, NC, SC, GA, KY, IN, IL, MI, OH, WI, and including Andros Island, Bahamas. Work will include: the development and/or implementation of Geographic Information System (GIS) applications for various systems and uses; research of records and field verification of features, using Global Positioning System surveys, conventional surveying techniques, ground penetrating radar, etc; the collection of various types of feature data and digital imagery; the development of Graphical User Interface (GUI) front-ends; base map to GIS interface customization; incorporation of digital aerial images/aerial mapping into the GIS; GIS implementation; training of personnel in using the GIS; database design and development; preparation of manuals on using the GIS software deliverable; development of GIS web-based technology and the electronic integration of graphic, narrative, pictorial, and tabular data; ability to provide photogrammetric mapping services; and writing of technical reports pertaining to GIS systems development and needs. Features and systems development may include, but are not limited to, utilities (potable water, wastewater, storm water, electricity, steam, natural gas, fuel, telephone, fiber optic, compressed air, etc.), recreation, waterfront & pier, communication, natural resources, geology and landform (i.e. contours), hydrography, forestry, cultural, cadastre, transportation (roads, airfield, etc.), structures, environmental hazards (hazardous waste, air emissions, installation restoration, noise contours, etc.), military operations (training, security, air, etc.), land use/planning, and real estate. In addition to services described above, work during the life of the contract may also include preparing/modifying AutoCAD or MicroStation drawings. GIS Software deliverable formats, which can be required, include, but are not limited to, AutoCAD, Shapefile, Coverage, GeoDatabase, Access, and dBase. The Contractor should have knowledge of Navy Marine Corps Internet (NMCI) standards and requirements. The Contractor may also, on occasion, be tasked to provide the services described herein to any DOD or other Federal agency activities outside the Southern Division AOR. These projects will be assigned on a case-by-case basis as approved by the Contracting Officer. It is anticipated that most work will be in the Southern Division AOR. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. This contract will include an option for four one-year extensions and fee including all options will not exceed $10,000,000. The estimated projects for year one could total $1,200,000. There will be no future synopsis in the event the options included in the contract are exercised. The Government guarantees a minimum amount of $50,000 for the base year paid only once for the life of the contract. The total fee available in any given year will be negotiated at the time of award. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the A/E firms: 1. SPECIALIZED EXPERIENCE: Recent experience of the firm (within the past 3 years) in GIS feature and system development for federal facilities, utilizing databases, AutoCAD, ArcInfo, ArcView, ArcIMS, and ArcExplorer; and GPS data survey. Must also provide documentation verifying subcontractual status with 3 firms with photogrammetric capabilities for obtaining, registering, rectifying, and mosaicing aerial photography and satellite imagery and use of LIDAR. 2. CAPACITY: Professional ability to perform multiple projects concurrently and ability to sustain the loss of key personnel while accomplishing the work within the required time limit. 3. PROFESSIONAL QUALIFICATIONS: Technical qualifications (education, registration, and experience) of the firm's team members include: the development and implementation of Geographic Information System (GIS) applications for various feature systems; experience with and knowledge of GIS database and systems development; knowledge of Navy regulations and standards; spatial data standards for facilities, infrastructure, and environment; Federal Geographic Data Committee standards; ESRI certified trainers; and professional registration of the photogrammetric, cartographic, and surveying staff. It will not be necessary for prospective firms to hold registrations the entire AOR at the time of submission of the SF 255, but the ability and willingness to obtain registration where it may be needed will be considered in evaluating qualifications. 4. PERFORMANCE: Past performance on contracts with government agencies and private industry with respect to cost control, quality of work, innovation, performance, and compliance with performance schedules. 5. LOCATION: Location within the Southern Division regional geographic area to ensure knowledge of local site conditions and applicable regulatory requirements and ability to ensure timely response to unanticipated requests for on-site support. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms, including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, HUBZone small business, small disadvantaged businesses, and woman-owned small business concerns as consultants in performance of these contracts. The current subcontracting goals established for these contracts is 65% for small businesses, 12% for small disadvantaged businesses, 5% for woman-owned businesses, 2.5% HUB Zone businesses, and 3% for veteran-owned businesses. Any large firm that is short-listed will be required to submit a subcontracting plan before price negotiations begin for contract award. In order to assist the committee to more efficiently review all applications, A SUMMARY OF EXPERIENCE AS SPECIFICALLY DEFINED IN CRITERIA 1 AND 2 (EXPERIENCE AND CAPACITY AND PROPOSED TEAM STAFFING AND DEPTH OF ADDITIONAL STAFF SUPPORT) IS REQUESTED AS PART OF OR IN ADDITION TO THE SF 255. 1. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration, state, and date; f) assigned team responsibility; g) years with current firm, years with other firms; and h) percent of time committed to this team. 2. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in, the event of loss of key personnel or failure to maintain schedules. 3. Summarize in descending order of significance, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information where applicable: a) list the currently proposed team members who worked on the projects; and b) an owner point of contact with telephone number; c) in bar chart format, show the original submission schedule, owner approved time extensions, and the final execution schedule. 4. A/Es responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. For consideration, provide ONE original (UNBOUND) SF255 and SF254 for the prime and one SF254 for each consultant proposed. The SF255 with attachments shall be limited to 25 pages (8.5 X 11?, one sided), with print size not less than 12-pitch font. Every page that is not a SF254 will be included in the 25-page count. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on TO BE DETERMINED. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF254s already on file will be used. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telephone/fax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 02-R-0306". This is not a request for proposal. Site visits will not be arranged during advertisement period. Express mail address is: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 Surface mail address is: Commander, Southern Division, Naval Facilities Engineering Command, P.O. Box 190010, North Charleston, SC 29419-9010. ADDRESS ALL RESPONSES TO ATTN: CODE ACQ13DR.
 
Place of Performance
Address: SOUTHDIVNAVFACENGCOM AOR
Country: USA
 
Record
SN00048191-W 20020327/020325213348 (fbodaily.com)
 
Source
FedBizOpps.gov 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.