Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2003 FBO #0696
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR HYDROGRAPHIC SURVEY AND RELATED SERVICES, VARIOUS LOCATIONS, ALASKA

Notice Date
10/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-04-R-0006
 
Response Due
11/21/2003
 
Archive Date
1/20/2004
 
Point of Contact
R. David Williams, 907-753-5571
 
E-Mail Address
Email your questions to US Army Corp of Engineers, Alaska
(r.david.williams@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 1. CONTRACT INFORMATION: THIS ANNOUNCEMENT IS SET-ASIDE FOR SMALL BUSINESS FIRMS. Indefinite Delivery contract being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on dem onstrated competence and qualifications for the required work. North American Classification System code is 541370, which has a size standard of $4,000,000 in average annual receipts. The subcontracting plan is not required with this submittal. All resp onders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, and final award. More than one contract is anticipated, but no more than two (2) contracts will be awarded. Contracts may be awarded concurrently or may be staggered at two (2) to six (6) month intervals. The contract(s) shall be indefinite delivery firm fixed price with a contract limit of $2,100,000 over three years. There is no specific task order limit except the l imit of the contract(s). The first contract award is anticipated for January 2004. Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the neces sary skills to perform the contract. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are hydrographic surveys for harbor and channel projects. The firm must demonstrate the ability to provide CAD formatted drawings, compatible with Alaska District CAD system (AutoCAD Version 14 thru 2002), for all projects. 3. LOCATION: Various Locations, Alaska. 4. SELECTI ON CRITERIA: The following selection criteria are listed in descending order of importance: (A) a minimum of one in-house surveyor who possesses a current land surveyor??????s license with the State of Alaska; (B) specialized experience and technical competence as follows: (1) The AE must have five years of experience in hydrographic surveying with at least two years of direct technical responsibility for hydrographic surveying of navigable harbors and channels, (2) the AE must have available in-ho use staff with the knowledge of modern electronic horizontal positioning systems including the Global Positioning System (GPS) with the capability of providing sub-meter accuracy in the dynamic mode, (3) experienced staff available for operation of a ves sel during survey operations, (4) an electronic positioning and depth finding system utilizing modern surveying software, (5) has the capacity to perform multi-beam survey work, and (6) must possess, or provide copy of application submitted for inten t to possess within one year, certification by the American Congress on Surveying and Mapping (ACSM) as an ??????Inshore Certified Hydrographic Surveyor;?????? (C ) location of the firm in the general geographical area of the projects and knowledge of lo cality: (1) staff with the knowledge of Alaskan weather and water conditions, (2) availability of AE to meet frequently with Corps personnel at the Alaska District headquarters in Anchorage, and (3) the ability to mobilize to Alaskan sites on short n otice; (D) capacity to maintain schedules and accomplish required work on two simultaneous delivery orders; (E) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (F) volume of DO D contract awards in the last 12 months; and (G) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 5. SUBMISSION REQUIREMENTS: Firms submitting SF 254s and 255s (1 copy only) should include: (1) organization of proposed project team, (2) responsibilities and authorit y of key project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Printing Office, on-line at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF or, from commercial software suppliers for use with personal computers and laser printers, or on-line in both Adobe Acrobat PDF and FormFlow formats: Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be consi dered. Note regarding hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: Two (2) days prior to delivery, the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each drive r must provide a valid drivers license, proof of current insurance, current IM certificate, and current valid vehicle registration. This information must be faxed to (907) 753-2544 or forwarded electronically to the POC identified herein. Requests forwar ded after this date will not be considered. No additional information shall be provided, and no faxed submittals shall be accepted. This is not a request for proposal.
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00458002-W 20031024/031023061219 (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.