Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2003 FBO #0588
SOLICITATION NOTICE

C -- Architect-Engineer Services for Small Business Set Aside Indefinite Delivery Indefinite Quantity Contract for Survey and Mapping Services within the Great Lakes and Ohio River Division Mission Boundaries, Louisville District

Notice Date
7/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Louisville - Civil, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K-3182-6523
 
Response Due
8/7/2003
 
Archive Date
10/6/2003
 
Point of Contact
Yong N. Foston, 502-315-6212
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville - Civil
(yong.foston@lrl02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA TITLE: Architect-Engineer Services for Small Business Set Aside Indefinite Delivery Indefinite Quantity Contract for Survey and Mapping Services Within the Great Lakes and Ohio River Division Mission Boundaries, Louisville District. NAIC CODE: 541360 1.CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract(s). It is anticipated that one contract will be selected for the Louisville District. The contract will be used to provide services for various civil/ military projects associated with programs supporting the Great Lakes and Rivers Division mission. The contract base period consists of a base period not to exceed one year, and two option periods not to exceed one year each. The total contract value will not exceed $750,000. Work will be issued by negotiated firm-fixed-price or labor-hour task orders not to exceed $250,000. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) Registrar via the CCR Internet site at: http://ccr.edi.disa.mil, or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Some projects may require partnering with the selected firm which could require the selected A/E to attend an approximate one-day partneri ng meeting to define the user's expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Significant emphasis will be placed on the A/E's quality control procedures, as the Districts will prov ide the quality assurance role only. 2. PROJECT INFORMATION: The project consists of survey and mapping functions including horizontal and vertical control surveys, structural deformation studies, route location surveys, quantity surveys, land surveys, construction layout surveys, navigation project condition studies and geodetic surveys. Real property surveys of Government-owned land tracts or easements at levees, reservoirs, or dredge disposal areas may be required to establish or re-establish corners, monuments and boundary lines, or for th e purpose of describing fixed improvements, or platting or dividing parcels. These services will be used as necessary to support engineering studies to include design and construction, planning, operation and maintenance of navigation and flood control pr ojects, real estate, and emergency management activities for projects within the jurisdiction of the selecting Districts and may be utilized for Division wide projects. The District and division boundaries are shown at http://www.usace.army.mil/where.html #State. All mileage computed in regard to a particular work order will be addressed in the scope of work. Surveys require personnel and equipment necessary to obtain surveys of second and third order accuracy (NGS standards). Firm(s) must also verify posse ssion or ability to obtain backup (conventional/terrestrial) positioning systems in the event that satellite transmission for DGPS positioning is interrupted, blocked or not available. All work is to be performed under the supervision of a Registered Land Surveyor or a Registered Civil Engineer. Firms must be able to submit survey and mapping data in the formats requested by the government. These formats include but are not limited to 3D-Microstation, Arc Info, Arc View, Arc GIS version 8.0, Arc Pad, ArcIM S and intranet posting of data, MGE, Geomedia and ASCII. The files may be requested on 3.5 inch floppy disk, zip disk CD ROM or electronic transfer. In addition to the above formats, firms must have e-mail capability for project updates, status reports, f ile transfer abilities (FTP), etc. The government will only accept the final product, without conversion or reformatting, in the stated formats. Firms must have the capability of complying with the U.S. Army Corps of Engineers manuals EM-1110-1-1807, EM-11 10-1-1000, EM-1110-1-1005, EM-1110-1-1004 & FM-1110-1-1002. Engineers manuals are available on-line at; http://www.usace.army .mil/inet/usace-docs/eng-manuals/em.htm. Firms must also have the capability of complying with the Tri-Service Spatial Data standards. Firms must be able to provide Global Positioning System (GPS) geodetic control surveys and mapping, in addition to conve ntional field-to-finish topographic mapping instruments suitable for the stated accuracies. A detailed list of survey instruments indicating age, technical specifications (indicating compliance with the NGS standards for second and third order survey accur acies) brand name, and mechanical condition of all instruments must be furnished. Firms must provide resume(s) of all key personnel as requested below, and a summary of the capability for performing all surveying must be submitted. Item 4 of SF 255 shall i dentify personnel strength of the principle firm at the office where the work is to be accomplished. Additional personnel strength, including consultants, may be indicated in parentheses. The contractor shall immediately notify the Contracting Officer and COR should a member of the firm's Key Personnel specifically associated with work/service under this contract be terminated or leave the firm. Key Personnel for this contract are as identified in the Standard Form 254, Architect-Engineer and Related servi ces Questionnaire, and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, as initially submitted by the contractor. Resumes for replacement Key Personnel shall be provided to the Contracting Officer and COR for review and approval prior to assignment for work under this contract. The Corps of Engineers is firmly committed to the qualification-based selection process. Documentation of the selection process of the (subcontractors) is required. 3. SELECTION CRITERI A: Submittals will be evaluated against the general evaluation factors listed in Note 24 in descending order of importance. Specific selection criteria (a)-(e) being primary and (f)-(g) being secondary is as follows and must be documented with resumes in t he SF 255. Resumes shall indicate registration, certification, training and education of individuals proposed for this project. Firms must provide two resumes that indicate the professional qualifications necessary for satisfactory performance of the requi red services in each field for the following individuals; (a) Professional Qualifications: Professional Civil Engineer; Supervisory Professional Land Surveyor; Supervisory Cartographic Technician. At least one civil engineer and one Land Surveyor must po ssess a current state registration. Resumes identifying education, training and/or certification are also required for the following individuals: Cartographic or CADD Technicians; and one 3-person field party are required. (b) Specialized Experience: Firm s must indicate specialized experience and technical competence in: 1) Field surveys (topographic and geodetic) 2) Capabilities in geodetic surveying and topographic mapping using GPS 3) GIS-data development and system design compatible with the National S patial Data Transfer Standards (SDTS), experience and capability to provide products in ESRI and Intergraph GIS formats are required 4) Creation of 2D and 3D digital files including various digital elevation models (gridded, TIN, etc.), derived from combin ation of photogrammetric, field survey total stations, GPS and/or hydrographic survey methods must be created in the format requested by the government(conversion and/or reformatting is not acceptable) These formats include but are not limited to Microstat ion, ArcInfo, Arc GIS, MGE, Geomedia and ASCII. 5) A detailed list of survey instruments indicating age, technical specifications (indicating compliance with the NGS standards for second and third order survey accuracies) brand name, and mechanical conditi on of all instruments must be furnished. (c) Capacity to accomplish the work in the required time; if a branch office, its capacity to perform independently of the main office. (d). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. (e)Superior performance evaluations on recently completed DoD contracts.( f)Knowledge of the locality of the project. (g) Volume of work of DOD contract awards within the last 12 months. In addition, a brief Design Management Plan including an explanation of the firms' management approach, management of subcontractors (if applic able), quality control procedures and an organizational chart showing the interrelationship of management and various team components (including sub-contractors) must be shown in paragraph 10 of the SF 255. 4. Submittal Requirements: Any firm with an elect ronic mailbox responding to this solicitation should identify such address in the SF 255. ACASS number for the office performing the work shall be indicated in Block 3 of the SF 255. All firms responding to this announcement will be notified of their respective status within 10 days after approval of any selection. Firms which are interested and meet the requirements described in the announcement are invited to submit one completed SF 255 U.S. Government A/E and Related Services for Specific Project to the office shown above. All responses on SF 255 to this announcement must be received no later than 3:00 PM Local Time on 7 August 2003 to be considered for selection. ELECTRONIC SUBMITTA LS WILL NOT BE ACCEPTED. All responses shall be mailed to U.S. Army Corps of Engineers, Louisville District, ATTN: Yong N. Foston, 600 Dr. Martin Luther King Place, Room 821, Louisville, KY 40202-2230. Contracting questions, please contact Yong N. Fosto n at (502) 315-6212. All responding firms which do not have a current SF 254 (within the past 12 months) on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF 254. NO OTHER INFORMATION INCLUDING PAMPHLETS OR BOOKLETS IS REQUESTED OR REQUIRED. Facsimile and electronic submittals will not be accepted. No other general notification to firms under consideration for this project will be made and no further action is required. This is not a request for proposals.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville - Civil 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00366345-W 20030710/030708213858 (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.