SOLICITATION NOTICE
T -- SURVEYING AND MAPPING SERVICES FOR MILITARY AND CIVIL PROJECTS WITHIN THE SOUTHWESTERN DIVISION BOUNDARIES (PRIMARILY FOR THE FORT WORTH DISTRICT)
- Notice Date
- 12/20/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- DACA63-03-T-0005
- Archive Date
- 3/23/2003
- Point of Contact
- Charlotte Harris, 817/886-1064
- E-Mail Address
-
Email your questions to US Army Engineer District, Fort Worth - Military
(Charlotte.R.Harris@swf02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA POC: James McKenzie, P.E., Project Manager, 817-886-1749 1. CONTRACT INFORMATION: Surveying and mapping services are to be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. Work will be primarily for the geographic area identified as Area 4 or the South Zone. It will include Army base at Ft. Hood, TX; Laughlin AFB, Del Rio; and military bases in San Ant onio ,TX: Fort Sam Houston; Brooks AFB, Kelly AFB, Lackland AFB, Randolph AFB, Camp Stanley, Camp Bullis; and cities of Canyon, New Braunfels, Georgetown, Belton, Temple, Bryan, College Station and Belton Lake; Stillhouse Hollow Lake; Granger Lake, Somervi lle Lake, and surrounding areas. The intent of this acquisition is to negotiate and award up to three Blanket Purchase Agreements as a Small Business Set-Aside with a capacity of $5 million for a base year and four one-year options. Work will be issued b y the use of negotiated, firm fixed-price call orders not to exceed $100,000. Small businesses selected for this announcement will be required to comply with FAR 52.219-14 regarding the limitations on subcontracting. The selected small-business will be r equired to perform at least 50% of the cost of contract performance. Should the small business competition fail to identify sufficient small business firms, the Government reserves the right to convert the small business competition to unrestricted. If subsequent agreements are awarded to large businesses the capacity will be limited to $3 million for a base year and two one-year options. Large businesses selected for this announcement will be required to comply with FAR 52.219-9 regarding the requireme nt for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the evaluation of this agreement are: 9.1% be placed with Small Disadvantaged Businesses (S DB); 5.0% be placed with Women-Owned Small Businesses (WOB); 3.0% be placed with American Veteran-Owned Small Businesses; 2.0% be placed with Historically Black Colleges/Universities or Minority Institutions (HBCU/MI); and the remaining 42.3% be placed wit h Small Businesses (SB) for a total of 61.4%. The Subcontracting Plan is not required as part of this submittal. The wages and benefits of service employees, performing under this agreement must be at least equal to those determined by the Department o f Labor under the Service Contract Act. To be eligible for award, a firm must be registered in the Department of Defense (DoD) Central Contractor?s Registration (CCR) database. Firms may register via the CCR internet site at http://ccr.edi.dlsa.mil or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. 2. PROJECT INFORMATION: Provide all labor, material, and equipment necessary to perform the professional surveying, mapping, and related services if and when requested by the Government during the period of service as stated in Section 1. In connection with performance of topographic surveys, vertical and horizontal control, cross sections, photogrammatric control, construction layout, aerial surveys, and boundary surveys, and the preparation of such maps or plats as may be required for planning, design, construction and boundary locations for civil or military projects. The contr actor shall furnish the required personnel, equipment, instrumentation, and transportation as necessary to accomplish all required services and furnish to the Government detailed maps, plats, digital terrain data, utility detail sheets, control data forms, reports, and other data with supporting material developed during the field data acquisition and compilation process. During the prosecution of the work, the contractor shall provide adequate professional supervision and quality control to assure the acc uracy, quality, completeness, and progress of the work. 3. SELECTION CRITERIA: Selection criteria in descending order of im portance are as follows (Criteria (a)-(d) are primary criteria; items (e)-(f) are secondary and are used as tie-breakers among technically equal firms): (a) The ability to field two survey parties, at a minimum, which have experience using state of the art electronic data collection techniques and the ability of field crews to respond to Government requirements for work in the geographic Zone Area stated in Section 1 above within 24-hour notification to proceed. The firm shall have required qualified personnel in the following key disciplines, either in-house or by sub-contractors: Registered Land Surveyors, to include a Texas Registered Professional Land Surveyor (RPLS), with access to registered surveyors in the States of Louisiana and New Mexico; Licensed Civil Engi neers; Surveying and CADD technicians. The evaluation will consider education, training, registration, voluntary certifications, overall and relevant experience, and longevity with the firm. (b) The firm shall demonstrate recent (within the past 5 years) experience in the following (demonstrate means to state examples of previous projects/work, each item shall be in descending order of importance): expertise in detailed digital topography surveys; experience in boundary surveys; demonstrate the firm's cap ability to deliver digital 2D or 3D data on CD-ROM and appropriate file transfer protocol (FTP) over the internet; demonstrate the capability to deliver survey data in the following formats: Microstation, Autocad, Arc/Info, ArcView. The evaluation will con sider the knowledge and the ability to use the DoD Tri-Service CADD/GIS A/E/C CADD and spatial data standards; ownership (or lease) of static/kinematic GPS equipment capable of subcentimeter measurement accuracy, electronic total station with data collecto r, and CADD/GIS data processing equipment; experience in gradiant boundary surveys; and experience in construction layout. (c) The firm shall demonstrate the capacity to perform approximately $500,000 in work within a one-year period. The evaluation of th e firm will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (d) Demonstrate the firm's knowledge of boundary and coordinate systems and topographic and geographic conditions within Texas and the states adjoining Texas. The following items are considered secondary criteria for the purposes of tie-breaking among technically equal firms: (e) State the volume of DoD contract awards in the last 12 months period. (f) Demonstrate experience in photogr ammetric mapping; technical production expertise consistent with utilization of photogrammetric equipment; photogrammetric equipment including owning or leasing airworthy aircraft, currently certified precision aerial mapping camera, photographic lab for r eproducing aerial photographic and mapping products, hardware and software to perform fully analytical aero-triangulation, analytical stereoplotter instrumentation interfaced for digital data collection of plainimetric and topographic features, DTM, DEM da ta collection and manipulation of terrain data, digital data editing facilities, ability to provide orthophoto products (hardcopy and digital), and airborne GPS capabilities for aircraft navigation and photo control. 4. SUBMITTAL REQUIREMENTS: (a) Interested firms, to be considered, must provide one submittal package no later than 4:30 p.m. on the 30th day after the date that this announcement appears. If the 30th day is a Saturday, Sunday, or Federal Holiday, the de adline is 4:30 p.m. of the next business day. The 11/92 version of the forms or computer generated equivalents must be used. (b) Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 254 for themselves and ea ch proposed consultant even if an SF 254 is already on file. SF 254?s shall be provided for the specific prime and subcontractor offices proposed to perform the work. Indicate in B lock No. 4 of each SF 254 if the firm is a Large, Small, Small Disadvantaged, or Woman-Owned Small Business. To be classified as a small business, a firm?s average annual receipts or sales for the preceding three fiscal years, must not exceed $4 million. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the Small Business Administration (PRO-Net). Failure of a proposed Small Disadvantaged Business to be registered in PRO- Net at the time of submittal will result in their elimination as a proposed subcontractor. (c) Submit only one SF 255, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consult ants) proposed. The A-E shall not include company literature with the SF 255. (d) Include announcement solicitation number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed by discipline (not necess arily total capacity), consultants as (A) and in-house as (B). (f) In Block 6 of the 255, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block No. 7 of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated in Section 3b. (g) It is suggested that Block 8 of the SF 255 be modified to include one relevant project per page to ensure that scope of relevant projec ts is clearly defined, that participation by the proposed team is defined on past projects, etc. Projects should have been initiated within the past 5 years. Do not exceed ten pages for Block 8. (i) In Block 10 of the SF 255, state and address each of t he numbered items listed in Section 3. Selection Criteria. Clarify participation by proposed team personnel by name, experience, and training proposed by this SF 255. Reference individual resumes to minimize duplication if desired. DoD awards should be shown in an itemized summary including Agency, Contract Number, Project Title, and Award Amount dollars. When addressing Team capabilities, clarify planned capability, existing capability, and prior experience, if any. Include any other relevant informat ion, including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed twenty pages for Block 10. (j) Front and Back sides use of a single page will count as 2 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. (k) Personal visits to discuss this announcement will not be scheduled. (l) Solicitation packages are not provided for A-E contracts. This is not a request for proposal. (m) A Small-Business workshop is scheduled for January 10, 2002 at 819 Taylor Street, Fort Worth, Texas 76102-0300, Room 4A14 from 8:30 to 10:00 a.m. This workshop is intended to assist the small business firms in the preparation o f the 254/255 submittals.
- Place of Performance
- Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN00228304-W 20021222/021220213916 (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 |