Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2004 FBO #0863
MODIFICATION

C -- PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACTS FOR SURVEYING SUPPORT SERVICES, ENGINEERING DIVISION, VICKSBURG DISTRICT

Notice Date
4/5/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-04-A-0003
 
Response Due
4/27/2004
 
Archive Date
6/26/2004
 
Point of Contact
Alice Scott, 601-631-7906
 
E-Mail Address
Email your questions to US Army Engineer District, Vicksburg
(Alice.W.Scott@mvk02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
EPS Submission dated 25 Mar 04, synopsis is modified and reissued in its entirety to note a 20 page maximum for submissions of SF255, Blocks 7 and 10. (POC Jennifer Chambers (601) 631-5562) 1. CONTRACT INFORMATION: Up to two contracts will be awarded as a result of this announcement. Work will be accomplished under Indefinite Delivery Contracts NTE $1.0M each for the base year (with an option period with an additional $1.0M) by the issuance of individual task orders, NTE $1.0M. An option period may be exercised at any time upon the exhaustion of funds during the base year. Work will be issued by negotiated firm-fixed price task orders. Allocation o f task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. This announcement is OPEN TO ALL BUSINESSES REGARDLESS OF SIZE. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement fo r a subcontracting plan. The FY 2004 preliminary subcontracting goals for the Vicksburg District are: (1) at least 57.2 percent of a contractors intended subcontract amount to be placed with small businesses (SB) including small disadvantaged businesses ( SDB), women-owned small business (WOSB) and service-disabled Veteran-owned small business; (2) at least 8.9 percent of a contractors intended subcontract amount be placed with SDB; (3) at least 8.1 percent of a contractor??????s intended subcontract amount to be places with WOSB; (4) at least 3.0 percent of a contractors intended subcontract amount be placed with service-disabled Veteran-owned small business; and (5) at least 3.0 percent of a contractors intended subcontract amount be placed with HUBZone sm all business. Effective 14 June 1999, the small business size standard for A-E services (SIC code 8711) is $4.0M. Subcontracting intentions are to be outlined in Block 6 of the SF 255. 2. PROJECT INFORMATION: The work consists of professional services in connection with surveying required at various locations primarily within the limits of the Vicksburg District, which includes parts of Arkansas, Louisiana, and Mississippi. Use of the metric system of measurement may be required for some task orders. 3. SELECTION CRITERIA: Preselection criteria will be based on the following considerations, which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. Have one or more registered land surv eyors in each of the states of Arkansas, Louisiana, and Mississippi. B. Have a minimum of 3 years of demonstrated experience in the following areas: GPS surveys, automated hydrographic surveys utilizing DGPS, LIDAR surveys, gage and discharge surveys, aut omated topographic surveys utilizing total stations and data collectors, cadastral surveys, OTF or RTK surveys, and multi-beam or fan-sweep hydrographic surveys. C. Have demonstrated experience in the performance of first order horizontal and vertical con trol surveys. D. Have the necessary equipment, boats and personnel with demonstrated experience in the performance of the above type of surveys. E. Have demonstrated experience in the use of CADD/GIS systems. All drawings shall be furnished in Bentley M icrostation design file compatible format or ESRI compatible format. Deliverables and backups must be of current version in operation by the Vicksburg District at time of contract award. Responding firms must, as a part of their response, state the type of CADD system to be used by their firm and explain in detail how the system will be made compatible with the Vicksburg District CADD/GIS system. Firms failing to submit as a part of their response, information on how they will achieve complete CADD/GIS compatibility with the Vicksburg District's system will not be considered. Selection criteria will be based on the following considerations and are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will onl y be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. A. Specialized experience in first-order horizontal and vertical control surveys, GPS control surveys, automated hydrographic surveys in real time utilizing DGPS technol ogy, LIDAR surveys, gage and discharge surveys on large and small streams, topographic surveys utilizing total stations and data collectors formatted for entry into CADD/GIS computer systems, topographic surveys utilizing vehicle-mounted OTF or RTK Differe ntial GPS systems, multi-beam or fan-sweep hydrographic surveys, and cadastral surveys including large land areas accepted by state or Federal courts to settle boundary disputes. B. Capacity in terms of personnel, including management personnel, with demo nstrated experience and qualifications in all areas of surveying required above, and necessary equipment to assure prompt response to and completion of surveying assignments (short listed firms may be required to show model and serial numbers of all equipm ent shown in the SF 255). C. Professional qualifications of employees designated to work under this contract, including professional recognition, professional registration, advanced degrees, and recognized designations of industry professional organizatio ns. D. Knowledge of locality in terms of terrain features, area-working conditions, location of major landforms, and river basins, etc. E. Past performance - consideration will be given to ratings on previous A-E DoD contracts for engineering services. F. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. G. Geographic proximity to Vicksburg, Mississippi. H. DoD contract awards in the past 12 months. The gr eater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. The contracts will be awarded on or about July 1, 2004. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work are invited to submit one copy of a combined SF 255 and separate SF 254s for prime and each consultant to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services Group (CEL MK-ED-AC), 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Note the following restrictions on submittal of SF255; Block 7, Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 p ages. Block 10, Additional information will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Mrs. Jennifer Chambers, (601) 631-5562. APPOIN TMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. Include ACASS numbers in Blocks 3b and 6 of SF 255. Call the ACASS Center at (503) 326-3459 to obtain a number. This is not a RFP. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantage d business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan shall separate percentage goals composed of direct cost, indirect costs, or a combination of the two for using small and small disadvantaged business subcontractors. Questions relative to the subcontracting plan may be directed to Mrs. Shirley Reed, Deputy for Small Business, (601) 631-5347.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00560247-W 20040407/040405212455 (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.