Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2002 FBO #0283
MODIFICATION

T -- Modification to Presolicitation Notice for an Indefinite Delivery Contract for Surveying and Mapping Services to Support the Mobile District and South Atlantic Division

Notice Date
9/9/2002
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACA01-02-R-0072
 
Response Due
10/9/2002
 
Point of Contact
Sonya White, (251) 441-5582
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Military
(sonya.m.white@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTACT MR. DEWAYNE BRACKINS AT (251) 694-3743 FOR ANY QUESTIONS RELATING TO THIS PROJECT. CONTRACT INFORMATION: This modification replaces the Presolicitation notice posted on August 29, 2002 in its entirety and hereby serves as the official solicitation for this project. A-E services are required for an Indefinite Delivery Contract for Surveying and Mapping Services to Support the Mobile District and South Atlantic Division. This announcement is a Total Small Business SetASIDE. A small Business Architec t-Engineer firm has average annual receipts over the past three (3) years of no more than $4,000,000. The contract will be awarded for a one-year base period with options to extend the contract for four additional one-year periods, not to exceed a total of five years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed up to $1,000,000 for each contract period. (If the $1,000,000 limit for a contract period is exhausted or nearl y exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised). The Government will award the base year and any option periods for an amount of $500,000.00 for each period, however the Government res erves the right to increase the contract amount to $1,000,000.00 for each period. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. 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. All interested Architect-Engineers are reminded that, in accordance with the provisions of Clause 52.219-14, Limitation on Subcontracting, at least 50 percent of the cost of contract performance incurred for personnel shall be ex pended for employees of the concern. 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. A firm fixed price contr act will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541370 (previous SIC code was 8713). PROJECT INFORMATION: The selected firm will be required to perform surveying and mapping services. Some of the services are of the following types: detailed topography, airborne LIDAR, multispectral remotely sensed data, GPS, GIS and photogrammetry. Delivery of files must be made on CD-ROM, portable storage devices (firewire hard drives) or an FTP site. GIS servic es will include, but not be limited to, total project and enterprise level GIS development and implementation, custom applications development, data base development, data collection and editing. All GIS development shall be performed on the current versi on of ESRI ArcGIS platform. All custom applications shall be performed with ESRI ArcGIS compliant programming environments. Database development shall include Spatial Data Standard (SDSFIE) compliant personal GeoDataBases and Oracle enterprise GeoDataBases with government supplied database schemas. The Contractor selected could be required to perform services in the States of Alabama, Florida, Georgia, Mississippi and Tennessee; with possible work in South and Central America or other locations as may be as signed to the Mobile District and South Atlantic Division. SELECTION CRITERIA: See government-wide numbered note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and the n by each sub-criterion). Criteria A thru D are primary. Criteria E thru F are secondary and will only be used as tie-breakers among technically equal firms. A ll Land Survey work in the United States must be performed under the direction of a Registered Land Surveyor. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines/specialist: (1) Pr oject Managers (as many as needed to cover the types of services requested); (2) Registered Land Surveyors with registration number for the States of Alabama, Florida, Georgia, Mississippi and Tennessee; (3) Party Chiefs (including GPS); (4) CADD Specialis t; (5) Certified Photogrammatrist; (6) Steroplotter Operators; (7) GIS Analyst; (8) Geodatabase administrator; (9) Remote Sensing Analyst; (10) LIDAR specialist. The evaluation will consider education, registration, and relevant experience in the type work required. Resumes (Block 7 of the SF 255) must be provided for these disciplines/specialist, including consultants. In the resumes under Project Assignments, use the same discipline/specialist nomenclature as is used in this announcement; B. Specialized E xperience and Technical Competence: Mapping production using the Tri-Service A/E/C CADD Standards; (2) Mapping production using the Tri-Service Spatial Data Standards (SDS); (3) Converting non-standard CADD graphics to SDS; (4) Converting non-standard GIS data files to U.S.G.S. Spatial Data Transfer Standard (SDTS) as prescribed in the American National Standards Institute (ANSI NCITS 320-1998); (5) Development of project level GIS implementation featuring themes or coverages that are SDS and SDTS compliant ; (6) Development of databases using Access or Oracle that are SDS compliant; (7) Development of project specific custom applications for GIS including a graphical user interface that queries and executes upon project specific databases and produces a spat ial or columnar attribute; (8) Completed multispectral projects including the type sensor used, software package utilized and products derived; (9) Development of electronic navigation charts; (10) Photogrammetric services including airworthy aircraft, cur rently certified precision aerial camera, hardware and software to perform fully analytical aerotriangulation, analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DTM/DEM data collection and manipulation of terrain data, DTM airborne laser mapping, digital data editing facilities, ability to provide orthophoto products (hardcopy and digital), and airborne GPS capabilities for aircraft navigation and photo control; (11) Providing digital da ta readable and operational with the latest versions of ESRI's ArcInfo and ArcView GIS, Intergraph's GeoMedia and MGE, Bentley's GeoGraphics and MicroStation, Autodesk, AutoMap and AutoCAD. See Matrix requirement, contained in SUBMISSION REQUIREMENTS below , for actual projects associated with items (1) thru (8) above. C. Capacity to Accomplish the Work: (1) Capacity of firm to furnish equipment and personnel to maintain four detailed topographic crews; (2) Personnel and company owned equipment to accompli sh airborne global positioning system (ABGPS) controlled photogrammetry on a timely schedule; (3) Personnel and company owned equipment to accomplish airborne laser mapping (LIDAR); (4) In Block 10 of the SF 255 describe the firms' quality management plan, including the team's organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost c ontrol, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to Mobile District; F. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in government-wide numbered note 24. SUBMISSION REQUIREMENTS: See government-wide numbered note 24 for general submission requirements. Interested Architect-E ngineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their Standard Form 254, Architect-Engineer and Related Services Questionnaire for themselves and one for each of their subcontractors and one (1) co mpleted copy of their Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project for themselves to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602-3630. The Standard Form 254 and Standard Form 255 are to be submitted even if they are currently on file. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office or http://www.gsa.gov. Submittals must be received no later than 3:00 P.M. Central Time on 9 October 2002. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after th e closing date of this announcement. In Block 2b of the Standard Form 255 include RFP Number and in Block 3a list two (2) principal contacts of firm. In Block 3b include the ACASS number of all the participating offices that are proposed to perform work. T o obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in Block 8. In Block 9 of the Stand ard Form 255, responding firms must indicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office onl y. Block 10 shall include a matrix, which includes the following as a minimum: three projects completed for each of items (1) thru (8) in SELECTION CRITERIA, B. Specialized Experience and Technical Competence above; and proposed team members that were ass ociated with each selected project. Block 10 may also include additional information supporting your firm's qualifications. Response to Block 10 is limited to 25 single-sided pages. A project specific design quality control plan must be prepared and approv ed by the Government as a condition of contract award, but is not required with this submission. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 29 October 2002. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by th e selection board. Interviews will be conducted by telephone. The Selection Board chairperson will notify, in writing, all firms of their selection status within 10 days after approval of the selection. To be eligible for contract award, a firm must be reg istered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec.
 
Place of Performance
Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00161412-W 20020911/020909213607 (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.