Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2003 FBO #0758
SOLICITATION NOTICE

T -- T--SURVEYING AND MAPPING SERVICES FOR MILITARY AND CIVIL PROJECTS WITHIN THE SOUTHWESTERN DIVISION BOUNDARIES (PRIMARILY FOR THE FORT WORTH DISTRICT), THE UNITED STATES AND ITS TRUST TERRITORIES. POC: CHERYL HODGE-SNEAD, (817) 886-1069

Notice Date
12/23/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-04-R-0008
 
Response Due
1/30/2004
 
Archive Date
3/30/2004
 
Point of Contact
charlotte.harris, 8178861064
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth
(charlotte.harris@swf02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with PL 92-582 Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualification for the required work. Th e services will consist of Surveying and mapping services. Work will be primarily for Texas, Louisiana, New Mexico, Oklahoma and Arkansas areas. Up to two contracts may be awarded as a result of this announcement. The intent of this acquisition is to awar d one contract as a set-aside for small business with a capacity of $1 million per year for a Base year and four one-year options and one unrestricted with a capacity of $1 million per year for a Base year and two one-year options. The amount of work in e ach contract period will not exceed approximately $1,000,000.00. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by use of negotiated, fir m-fixed-priced task orders. No individual task order shall exceed $1,000,000.00. The North American Industrial Classification System (NAICS) Codes applicable to this project 541370, which has a size standard of $4,000,000.00 in average annual receipts. S hould the small business competition fail to identify a small business firm, the Government reserves the right to convert the small business competition to unrestricted. For submittal information, contact Steve Schultz at 817.886.1862. Anticipated award date is April 15 2004. 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 order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. All offerers are encouraged to visit the Army??????s Single Face to Industry website at http://acquisition.army.mil to view other business opportunities across the Army. If a large business is selected for this contract, it must com ply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The Fort Worth District subcontracting goals on work to be subcontracted is that the Contractor??????s total intended subcontracte d amount be placed as follows: (1) 57.2% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 10.0% of a contractor's intend ed subcontract amount be placed with SDB; (3) at least 10.0% of a contractor's intended subcontract amount be placed with WOSB; (4) at least 3% of a contractor's intended subcontract amount be placed with Service-Disabled Veteran-Owned SB; and, (5) at lea st 0.3% of a contractor's intended subcontract amount be placed with Historically Underutilized Business (HUB) Zone certified contractors. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal t o those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contracto r Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1.888.227.2423. 2. PROJECT INFORMATION: Complete field survey data relating to vertical and horizontal control s, aerial surveying and mapping, detailed digital topography, planimetrics, cross-sections, boundary surveys, gradient boundary surveys, construction layout, and G.P.S. surveys are required. Work may be performed to support other Federal agencies. 3. SELEC TION CRITERIA: The selection criteria for this particular proje ct are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f and g are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence: (1) experience in photogrammetric production. (2) Ability to concurrently field up to four survey parties, two of 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 Texas, Louisiana, New Mexico, Oklahoma and Arkansas within 24-hour notification. (3) photogrammetric equipment including owning or leasing airworthy aircraft, currently certified precision aerial mapping camera, photographic lab fo r reproducing aerial photographic, LIDAR, 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, D TM, DEM data 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) technical production expe rtise consistent with utilization of photogrammetric equipment. (5) capability to collect and deliver digital data (2D and 3D) properly formatted on appropriate media. (6) ability to acquire and utilize remotely sensed data to incorporate into existing map ping data bases and/or generate thematic maps (providing topologically clean CADD files for GIS use). (7) expertise in detailed digital topography, georectification, and orthophotography. (8) experience in boundary surveys. (9) contractor facilities must have capability to deliver digital data on CD-ROM, optical rewritable disks, and appropriate file transfer protocol (ftp) over the Internet. Digital data must be readable and fully operational with one or more of the following: georeferenced CADD(Bentley M icrostation or AutoCad), ESRI .E00 or commonly used USGS raster formats or geotiff as appropriate. The evaluation will consider knowledge of and ability to use SWD Architectural and Engineering Instruction Manual (AEIM), Chapter VIII, Drafting Standards; t he Fort Worth District CADD Operating Procedures Manual, chapters entitled File Naming Conventions and Level Conventions and Line Symbologies; and, the firm's ability to deliver CADD drawings in accordance with DoD's A/E/C CADD and Spatial Standards. (10) Own or lease static/kinematic GPS equipment capable of subcentimeter measurement accuracy, electronic total station with data collector, and CADD/GIS data processing equipment. (11) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image interpretation to detect land use and change analysis utilizing digital softcopy techniques and manually via hardcopy. (12) experience in gradient boundary surveys. (13) experience in construction layout. Qualified personnel in the following key disciplines: (1) Registered land surveyors, including a Texas Registered Professional Land Surveyor (RPLS) and access to registration in the states of Louisiana, New Mexico, Oklahoma and Arkansas. (2) Licensed civil engineers. (3) Engineering, surveyin g, CADD and photogrammetric technicians. The evaluation will consider education, training, registration, voluntary certifications (e.g., ACSM Certified Hydrographer or ASPRS Certified Photogrammetrist), overall and relevant experience, and longevity with t he firm. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to perform approximately $1,000,000.00 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. e. Knowledge of boundary and coordinate systems and topographic and geographic conditions within Texas and the states adjoining Texas. f. Extent of participation of SB (including WOSB), SD B and HUB-Zone certified firms in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: To be considered, interested firms having the capabili ties to perform this work must submit, no later than 4:30 p.m. (Central Time) on the 30th day after the date of this announcement appears in the hard copy of the CBD, two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the pri me firm and all consultants. The SF 255 Shall not exceed 50 pages, including no more than 5 pages for Block 10. Use no smaller than 12-font type. Submittals should be sent to US Army Corps of Engineers, ATTN: CESWF-EC-AM, ATTN: Gilbert Rodriguez, Room 4A17, 819 Taylor Street, P.O. Box 17300, Fort Worth, Texas 76102-0300. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. In Block No.3 of the SF 255, provide the ACASS number for the prime A-E or Joint Venture. The ACASS number must be for the firm performing the work (not the parent company ACASS number), but an ACASS specifically for the office performing the work. E ach branch office and/or joint venture must have their own ACASS number. For assignment of ACASS numbers, contact the POC, Lavern Brewster, at the ACASS center in Portland, OR, @ 503.808.4591. Include the FedBizOpps announcement number in Block No. 2b of the SF 255. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Solicitation pa ckages are not provided. This is not a request for proposal. LINKURL: http://ebs.swf.usace.army.mil LINKDESC: Corps of Engineers, Fort Worth District, Contracting Division EMAILADD: __________________@SWF02.usace.army.mil EMAILDESC: _______________, Contract Specialist CITE:
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00495157-W 20031225/031223212408 (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.