Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2003 FBO #0633
MODIFICATION

C -- An Indefinite Delivery Contract for Surveying, Hydrographic, & Mapping Services To Support The Civil Works Program, Operations Division, Tuscaloosa Site Office, Mobile District, South Atlantic Division, U.S. Army Corps of Engineers.

Notice Date
8/22/2003
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Mobile - Civil, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACW01-03-R-0045
 
Response Due
10/2/2003
 
Archive Date
12/1/2003
 
Point of Contact
Judy F. McMichael, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Civil
(judy.f.mcmichael@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA POC FOR THIS SOLICITATION IS MR. GEORGE POIROUX. Questions concerning this solicitation should be FAXED to Mr. Poiroux at Fax: 251/690-2902. This solicitation, which was posted on 8 August 2003, is modified as follows: CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract for Surveying, Hydrographic, and Mapping Services to Support primarily the Tuscaloosa Site Office, Operations Division, the Mobile District's Civil Works Program, South Atlantic Division, U.S. Army Corps of Engineers. This announcement is a Total Small Business Set-Aside. A small business Architect-Engineer firm has average annual receipts over the past 3 years of no more than $4,000,000. The contract will be awarded for a period not to exceed a total of five years. Rates will be negotiated for five 12-month periods. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $1,250,000 over the five-year life of the contract. Th e Government intends to initially award the contract for $250,000, with the reserved right to adjust the contract amount to the full $1,250,000 value during the five-year life of the contract. Selection of A-E firms is not based upon competitive bidding pr ocedures, 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. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541370 (previous SIC code was 8713). PROJECT INFORMATION: The contract wi ll primarily be used to: (A) Perform hydrographic surveys of rivers within the Tuscaloosa Site Office boundaries (all soundings will be collected as per the U.S. Army Corps of Engineers Hydrographic Survey Manual EM 110-2-1003 dated 01 Jan 02); (B) Perform Topographic surveys within the Tuscaloosa Area Office project area; (C) Perform Geodetic Global Positioning System Surveys for high order horizontal and vertical control; (D) Perform boundary surveys, traverse and triangulation of second or third order ac curacy, levels for vertical control of second or third order accuracy, route locations, roads, levees, dikes, quantity surveys for pre construction and/or final cross-sections, and computations of quantities using TIN (Triangulated Irregular Network). The work will be located primarily in Alabama and Mississippi but could include other locations within the Mobile District and South Atlantic Division, U.S. Army Corps of Engineers. SELECTION CRITERIA: The selection criteria are listed below in descending orde r of importance (first by major criterion and then 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. Professional Qualifications: The selected fir m must have, either in-house or through consultants, the following disciplines: (1) Registered Land Surveyor in Alabama and Mississippi; (2) Project Manager; (3) Hydrographic Party Chief; (4) Hydrographic Instrument Person; (5) Land Party Chief; (6) Land I nstrument Person; (7) Cartographic Technician; (8) CADD Operator. 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, including con sultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement; B. Specialized Experience and Technical Competence in: (1) Hydrographic surveys using Differential GPS, electronic distance measuring equipment (Range/Range or Range/Azimuth) and electronic depth measuring equipment; (2) Differential Global Positioning System (DGPS) real time positioning; (3) Topographic surveys using a Total Station with data collector; (4) Geodetic Control surveys using the Global Positioning System (GPS); (5) Geographic Information System (GIS) data collection ; (6) Producing the data in digital format compatible to Microsta tion .dgn format; (7) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, and coordination of the in-house work with consultants; C. Capacity to Accomplis h the Work: The ability , equipment, and expertise to field up to two (2) hydrographic survey parties during the Spring with a sustained effort of one (1) hydrographic party; D. Past Performance: Past performance on Department of Defense (DOD) contracts wi th respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to the Southeastern United States; F. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed paper copy of their SF 255 Architect-Engineer and Related Servic es Questionnaire for Specific, Project for themselves and one (1) completed paper copy of their SF 254 for themselves and one (1) for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. George V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 02 October 2003. 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 the closing date of this announcement. In Block 2b include RFP Number and in Block 3a list two (2) principal contacts of firm. Include ACASS number in Block 3b of the SF 255. To 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 10 of the SF 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 c hange orders and supplemental agreements for the submitting office only. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Response to Block 10 is limited to 25 pages. 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 06 October 2003. As required by acquisition regulations, intervi ews 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 the selection board. Interviews will be conducted by telephone. Vis its by A-E firms to discuss this solicitation are not allowed. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http ://www.ccr.gov/. URL http://www.sam.usace.army.mil/ EMAIL cesam.plansroom@sam.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Mobile - Civil P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00410029-W 20030824/030822213625 (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.