SOURCES SOUGHT
C -- Aerial Mapping and Phtography, and Related Topographic Surveying, Throughout Savanna District and SAD
- Notice Date
- 2/4/2005
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-05-R-0032
- Response Due
- 4/4/2005
- Archive Date
- 6/3/2005
- Small Business Set-Aside
- Total Small Business
- Description
- Address SF 330 Questions to: Lucie M. Hughes at 912-652-5645 or email: lucie.m.hughes@sas02.usace.army.mil; Technical Questions to: Tommy Blewett at 912-652-5263 or email: john.t.blewett@sas02.usace.army.mil. Questions concerning subcontracting plan : Leila Hollis at 912-652-5340 or email: Leila.hollis@sas02.usace.army.mil; and Contractual Questions to: Nina G. Jodell at 912 -652-5465 or email: nina.g.jodell@sas02.usace.army.mil *** 1. CONTRACT INFORMATION: This contract is being procured in accorda nce with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence for the required work. The services will consist of aerial mapping and photography, and related topographic surveying for construction project s at military installations throughout the Savannah District and SAD. One contract will be negotiated and awarded with a base year and two option years. The amount of the contract will not exceed $1,800,000. Work will issued by negotiated, firm-fixed-pr ice or labor-hour task orders. The contract is anticipated to be awarded by May of 2005. This contract is set-aside for small businesses only. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. ** 2. PROJECT INFORMATION: Task orders to be issued under this contract may include aerial mapping, orthorectifie d digital aerial photography, production of seamless digital orthomosaics; topographic surveying and mapping; generation of triangulated irregular networks (TIN) and digital elevation models (DEMS); property and boundary surveys; preparation of drawings, m aps and plats; and performance of records and drawing (plat) research necessary to locate property lines and monuments in the field. All photography must be originated and delivered in a .tiff format with a world file and/or a geotiff format. Drawings mu st be originated and delivered in .dgn format. DEM and TIN datasets must be delivered in a Bentley/Intergraph format and/or ESRI format as the project dictates. In addition GIS data, when requested, will be originated and submitted in ArcView and/or Arc Info formats for downloading into a GIS database. Work shall be submitted in both electronic files and hard copy. ** 3. SELECTION CRITERIA: Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the sa me as another factor. For this solicitation, Specialized Experience and Technical Competence, and Professional Qualifications are weighted equally and each factor individually is more important than Past Performance, Work Management/Capacity, and Knowledg e of Locality and significantly more important than Volume of DoD A-E Contract Awards. Past Performance, Work Management/Capacity, and Knowledge of Locality are weighted equally and each factor individually is more important than Volume of DoD Contract Aw ards. Volume of DoD Contract Awards will only be used as a *tie-breaker* among firms that are essentially technically equal. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified . ** PRIMARY CRITERIA: A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN: The selected firm must have, either in-house or thro ugh consultants, experience in the following: 1. Aerial surveying and mapping and aerial photography; 2. Topographic surveying and mapping; 3. Production of seamless digital orthomosaics; 4. Generation of triangulated irregular networks (TIN) and digital elevation models (DEMS) 5. Experience in producing orthorectified photography; 6. Ability and experience in performing courthouse research in boundary surveys; 7. Performance of records and drawing (plat) research necessary to locate property lines and mo numents in the field; 8. Equipment, including GIS units, to be used in performing photography, surveying and mapping; and 9. Use of in-house quality control measures to ensure accuracy of field work and final work products. B. PROFESSIONAL QUALIFICATION S: Resumes for qualified personnel, in the number shown in parentheses below, should be presented in Section E for the following key personnel. If possible, resumes should show relevant experience within the last five years. All key personnel shall be s hown on the organization chart. Key personnel include: 1. Land Surveyors registered in GA, SC, and NC (1-3); 2. Project Manager (1); 3. Survey Party Chiefs (2); 4. Certified Photogrammetrist (1); 5. Stereoplotter Operators/Image Analyst (1); 6. CADD/GIS Operator (1). Key personnel whose resumes are presented in Section E of the SF 330 shall be the individuals who will routinely be involved in the actual production of work under this contract. The evaluation will consider education, training, registrati on, voluntary certifications, and overall and relevant experience. C. PAST PERFORMANCE: Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. Indication of favorable perfor mance ratings, awards, and repeat clientele. D. WORK MANAGEMENT/CAPACITY: A proposed work management plan shall be presented in Block H that addresses management approach and the procedures used for in-house quality control of fieldwork and final work products. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. The evaluation for this factor will also consider the organizational chart in Section D of the SF 330. The organizat ional chart shall include all key personnel in Section E and all other team members shall be indicated by the total number available for this contract. Show lines of responsibility and communication between project team leaders and team members. Address the firm's capacity to perform multiple simultaneous task orders and to commence work within three days after receipt of task orders. E. KNOWLEDGE OF LOCALITY: Knowledge of locality as it pertains to aerial surveying and mapping, and topographic surv eying and mapping in GA, SC, and NC.** SECONDARY CRITERIA: To be used to rank technically equal firms: F. VOLUME OF DOD CONTRACT AWARDS: Volume of DoD contract awards in the last 12 months with the objective of effecting an equitable distribution of D oD A-E contracts among qualified firms. ** 4. SUBMISSION REQUIREMENTS . Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by midnight on 4 March 2005. NO H ARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire su bmission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G. 26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at https://sasweb.sas.usace.army.mil /ae%20selection%20process/. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE ACASS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. For ACASS information, call (503) 808-4591. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. ****PHONE CALLS are DISCOURAGE D unless ABSOLUTELY necessary. ****PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. ***
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Zip Code: 31402-0889
- Record
- SN00746078-W 20050206/050204212215 (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 |