Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2004 FBO #0859
MODIFICATION

R -- Multi-Mission Studies and Projects (GIS) for services to support projects within the geographic boundaries of South Pacific Division, to include all or parts of CA, NV, AZ, NM, and UT, with predominance in southern California, Nevada and Arizon a

Notice Date
4/1/2004
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-04-R-0019
 
Response Due
4/25/2004
 
Archive Date
6/24/2004
 
Point of Contact
Christina Chavez, (213)452-3246
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Los Angeles
(Christina.Chavez@.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment to the synopisis is issued to change the NAICS to 541370 Surveying and Mapping (except Geophysical) Services in lieu of 541360 Geophysical Surveying and Mapping Services. 1.CONTRACT INFORMATION: This contract for Planning Services is being procured in accordance with the Brooks A-E act as implemented in FAR Subpart 36.6. See Note 24 of the FedBizOpps announcement. Firms will be selected for negotiation based on dem onstrate d competence and qualified for the required work. The services will consist primarily of Geographic Information System (GIS) and Mapping (including web-based) Services to support projects within the geographic boundaries of South Pacific Division, to inclu de all or parts of CA, NV, AZ, NM, and UT, with predominance in southern California, Nevada and Arizona (BLOCK 1 of SF 255). The majority of the work and services will be for Civil works projects. However, there may be a smaller portion of the work and ser vices for military, regulatory, real estate, and support for others projects. This solicitation notice is 100% set-aside for Small Business. Only Small Businesses will be considered for the award. The contract will be negotiated and awarded with a base yea r and four options years. There will be one (1) indefinite delivery contract for Architect-Engineer (A-E) services. The top ranked firm will be awarded the contract. Yearly cumulative amount of individual task orders per contract not to exceed $ 1,000,000. 00. The contract will include an option for extension for second, third, fourth and fifth year with additional amount for each optional year not to exceed $1,000,000.00. If contract amount for the base year period or preceding option year period s has been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base year period or preceding option year periods. The estimated contract start date is June 2004 for a period of 12 months (through June 2005). Work is subject to availability of funds. Estimated construction cost is not applicable. The North American Industry Classification System (NAICS) code for this action is 541370. To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work and services shall consist of providing support to projects in the form o f a) Geographic Information Systems (GIS); b) Global Positioning Systems (GPS); c) Drawing and map conversion; d) Raster scanning and vector conversion; e) Finish map or production from GIS datasets; and, f) Large format map production. Deliverable GIS data shall be submitted in compliance with the Tri-Service Spatial Data Standards. Deliverable GIS data residing within the Los Angeles District shal l comply the District and CEEIS network architecture, network security requirements and Army Microsoft co ntracting requirements. The contract shall be required to provide professional services specific, but not limited to, the use and application of the la test ESRI ArcGIS environment including ArcView 3.2 (and successors), ArcGIS, ArcInfo, Spatial Analyst, 3 -D Analyst, Geostatistical Analyst, and Image Analysis. The contractor shall have the capability to submit digital products or deliverables on CD-ROM, D VD and via the internet (primarily ftp). The Government will only accept the final product for full ope ration, without conversion or reformatting, in the following target application formats: ESRI ArcGIS and/or Bentley Systems Microstation. Typical projec ts and studies requiring support encompass flood plain management, water conservation, fish and wildlif e habitat protection and enhancement, coastal shore protection and navigation, and a multitude of other complex water resources projects, studies and eng ineering activities. The firm selected for this contract will be e xpected to submit a design quality control/design quality assurance plan and to adhere to the plan during the work and services under this contract. The selected firm shall also have the capability of accomplishing a minimum of 50% of the total required wo rk. In Block 10 of the SF 255 describe the firms Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s). The plans must be prepared, and a pproved by the Government, as a condition of contract award, but are not required with this submission. 3. SELECTION INFORMATION: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) throug h (f) are primary. Criteria (g) thr ough (h) are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized Experience and Technical Competence in: (1) Geographic Information Systems (GIS) and GIS technologies as applied to analysis of physical features, natural resources and associated data; (2) fish and wildlife habitat evaluation measures; (3) cartography and geography; (4) ArcGIS and components thereof including but not limited to: ArcView, ArcInfo (desktop and worksta tion), Spatial Analyst, 3-D Analyst, Geostatistical Analyst, and Image Analysis; and, (5) generating digital data readable and i nter-operable with the latest versions of ESRIs ArcInfo and ArcGIS Suite, Bentley Systems Microstation, and Autodesks AutoCAD. b. Professional Qualifications: Qualified personnel with recent knowledge and experience in (1) Geographic Information Systems and analytical support components; (2) Database Management; (3) Biology-HEP Analyst; and,(4) Geography and Cartography. c. Capaci ty to accomplish the work in the required time and the availability of an adequate number of personnel in key disciplines. d. Knowledge of the locality such as geological features, biological features; climatic conditions, and local material resources. e. Past performance on DOD contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules. f. Geographic proximity (physical location) of the firm to the predominant geographic location (southern Califor nia) of the project(s). 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. h. Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities for this work are invited to submit one (1) completed Standard Form (SF) 254 and 255, revised editions dated November 1992, Arch itect-Engineer and Related Services Ques tionnaires for the prime and one (1) SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the Contracting office shown not later than 2:00 PM on the response date indicated above. The stre et address is: US Army Corps of Engineers , 915 Wilshire Blvd, Suite 1040, Attn: Tina Chavez, Los Angeles, CA 90053. To hand carry a submittal arrangements must be made through Tina Chavez at (213)452-3246 prior to delivery. Lengthy cover letters and gener ic corporation brochures, or other presen tations (such as BINDING of SF 254 and 255) beyond those sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be rec eived within thirty (30) calendar days fro m the date of issuance of this synopsis. If the thirtieth (30th) day is a weekend day or a Federal Holiday, the deadline is the close of business of the next business day. Include ACASS number of the office that w ill perform the work in Block 3b. Call the ACASS Center at 503-326-3459 to obtain a number. In Block 10 indicate the estimated percentage involvement of each fi rm on the proposed team. Include an organizational chart of the key personnel to be assigned to the project. No other general notification will be m ade of this work. Solicitation packages are not provided and no additional project information will be give n to firms during the announcement period. This is not a request for proposal. Point of contact for Contracting Division, East Region Branch: Tina Chavez (213)452-3246, Technical Information: Claudia Avendano (213)452-3832.
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
Country: US
 
Record
SN00558407-W 20040403/040401212352 (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.