Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2003 FBO #0589
SOLICITATION NOTICE

C -- Architect Engineer Services for Indefinite Delivery Indefinite Quantity Contract(s) for Survey and Mapping Services Within the Great Lakes and Ohio River Division Mission Boundaries, Louisville and Pittsburgh Districts.

Notice Date
7/9/2003
 
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-3182-6513
 
Response Due
8/8/2003
 
Archive Date
10/7/2003
 
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
N/A
 
Description
NA Architect-Engineer Services for Indefinite Delivery/Indefinite Quantity Contract(s) for Survey and Mapping Services Within the Great Lakes and Ohio River Division Mission Boundaries, Louisville and Pittsburgh Districts. NAICS CODE: 541360 1. CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract(s). It is anticipated that initially one contract will be selected for the Louisville District and one contract for the Pittsburgh District. A third contract may also be awarded within one year from responses to this request. That award would be at the discretion of the government. These individual contracts may be used to provide services for various Civil/military projects associated with programs supporting the Great Lakes and Rivers Division mission boundaries. The total contract value will not exceed $3,000,000. Work will be issued by negotiated firm-fixed-price or labor-hour task orders not to exceed $1,000,000. If multiple contracts are avail able for a District, the contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the ord er in the required time, uniquely specialized experience, and equitable distribution of work among contractors. The top ranked firm will be awarded the first contract. If necessary, secondary selection criteria (f-h listed below) will be used as a tiebreak er among technically equal firms. 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 Informatio n Center at 1-800-334-3414. This announcement is open to all businesses, regardless of size. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 57.2% to Small Business, 8.9% to Small Disadvantaged Business, 8.1% to Women-Owned Small Business, 3.0% to HUBZone Small Business, and 3.0% to Service-Disabled Veteran-O wned Small Business. These percentages are applied to the total amount of subcontracted dollars. Some projects may require partnering with the selected firm which could require the selected A/E to attend an approximate one-day partnering meeting to defin e 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 perform the quality ass urance role only for each contract. 2. PROJECT INFORMATION: The project consists of photogrammetric mapping services including aerial photography, analytical aerotriangulation, stereo mapping compilation/topographic mapping, digital orthophotography, horizontal and vertical control surveys, structural deformation studies; land use/land cover interpretation may be required. The project will also include route location surveys, quantity surveys, land surveys, construction layout surveys, hydrographic surveys, navigation project condition studi es 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 the 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 projects, real estate, an d emergency management activities for projects within the jurisdiction of the selecting Districts and may be utilized for Division wide p rojects. 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 o btain surveys of second and third order accuracy (NGS standards). Photogrammetric facilities must be capable of producing topographic mapping that conforms to the ASPRS Accuracy Standards. Hydrographic survey capabilities must meet requirements of U.S. Arm y Corps of Engineers EM 1110-2- 1003 Hydrographic Surveying, dated 01 January 2002. Hydrographic surveys shall include totally automated systems with the capability of positioning by use of a Differential Global Positioning System (DGPS). Firm(s) must also verify possession 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 Reg istered 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, A rc Pad, ArcIMS 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, stat us reports, file 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-1110-1-1000, 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 Spati al Data standards. Firms must be able to provide Global Positioning System (GPS) geodetic control surveys and mapping, in addition to conventional 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 accuracies) 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 identify personnel strength of the principle firm at the office where the work is to be accomplished. Additional perso nnel 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 term inated or leave the firm. Key Personnel for this contract are as identified in the Standard Form 254, Architect-Engineer and Related services 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 CRITERIA: Submittals will be evaluated against the general evaluation factors listed in descending order of importance. Specific selection criteria (a) -(e) being primary and (f)-(h) being secondary is as follows and must be documented with resumes in the SF 255. Resumes shall indica te 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 required 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 must be professionally registered. Land Surveyor(s) must pos sess registration in the following states: KY, OH, IL, IN, MI, TN and PA. Resumes identifying education, training and/or certification are also required for the following individuals: Three Stereoplotter Operators; Cartographic or CADD Technicians; and th ree groups of 3-person field parties are required. (b) Specialized Experience: Firms must indicate specialized experience and technical competence in: 1) Field surveys (topographic and geodetic) 2) Aerial Photography by precise aerial mapping camera with current calibration and by digital mapping camera and including airborne GPS 3) Capabilities in geodetic surveying and topographic mapping using GPS 4) Photogrammetric production to include Stereoplotter compilation, analytical aero-triangulation 5)Photogr aphic reproduction capabilities 6)GIS-data development and system design compatible with the National Spatial Data Transfer Standards (SDTS), experience and capability to provide products in ESRI and Intergraph GIS formats are required 7) Creation of 2D an d 3D digital files including various digital elevation models (gridded, TIN, etc.), derived from combination of photogrammetric, field survey total stations, GPS and/or hydrographic survey methods must be created in the format requested by the government(c onversion and/or reformatting is not acceptable) These formats include but are not limited to Microstation, ArcInfo, Arc GIS, MGE, Geomedia and ASCII. 8) Hydrographic surveying capabilities using differential GPS, acoustic, and conventional survey techniqu es 9)Digital orthophotography softcopy graphics aerial mapping 10) 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 me chanical condition of all instruments must be furnished. List owned or leased automated hydrographic vessel(s) and relevant hydrographic equipment. List owned or leased air-worthy aircraft, currently certified precision aerial mapping camera; photographic lab for reproducing aerial photographic and mapping products; hardware and software to perform fully analytical aero-triangulation; analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DTM , DEM, data collection and manipulation of terrain data, digital data editing facilities; ability to provide orthophoto products (hard copy and digital); and airborne GPS capabilities for aircraft navigation and photo control. (11) Indicate capability to p erform LIDAR mapping and scanning and describe that capability. Indicate capability to perform oblique terrestrial laser mapping using equipment such as the CYRA and Optiplex systems and describe that capability. (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 schedule s.(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. (h)Extent of participation of Small Business, Small Disadvantaged Bu siness (SDB), Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) in the proposed contract team, measured as a percentage of the estimated effort. In addition, a brief Design Management Plan including an explanation of the firms' management approach, management of subcontractors (if applicable), 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 electronic mailbox responding to this solicitation should identify such address in the SF 255. Iden tify the ACASS number of the office performing the work 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. Facsimile and electronic versions will not be accepted. All responses on SF 255 t o this announcement must be received no later than 3:00 PM Local Time on 8 August 2003 to be considered for selection. ELECTRONIC SUBMITTALS WILL NOT BE ACCEPTED. All responses shall be mailed to U.S. Army Corps of Engineer, Louisville District, ATTN: Yon g N. Foston, 600 Dr. Martin Luther King Place, Room 821, Louisville, KY 40202-2230. Contracting questions, please contact Yong N. Foston at (502) 315-6212. All responding firms which do not have a current SF 254 (within the past 12 months) on file with t he North Pacific Division, Corps of Engineers, must also furnish a completed SF 254. Facsimile and electronic submissions will not be accepted. NO OTHER INFORMATION INCLUDING PAMPHLETS OR BOOKLETS IS REQUESTED OR REQUIRED. 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
SN00367545-W 20030711/030709213732 (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.