SOURCES SOUGHT
C -- SURVEYING SERVICES FOR VARIOUS PROJECTS FOR WILMINGTON DISTRICT CORPS OF ENGINEERS (NC,VA,SC & GA AND MAY INCLUDE WORK ANYWHERE WITHIN SOUTH ATLANTIC DIVISION BOUNDARIES) UNDER IDIQ TYPE CONTRACT
- Notice Date
- 6/28/2005
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Corps of Engineer, Wilmington District, CESAW-CT, PO Box 1890, Wilmington, NC 28402-1890
- ZIP Code
- 28402-1890
- Solicitation Number
- W912PM-05-R-0009
- Response Due
- 8/1/2005
- Archive Date
- 9/30/2005
- Small Business Set-Aside
- N/A
- Description
- Surveying services procured in accordance with PL 92-582 (Brooks A-E Ac) and FAR part 36, are required for various project for the U.S. Army Corps of Engineers - Wilmington District, NC,VA,SC and GA, and may include work within the South Atlantic Div ision boundaries. It is anticipated that two indefinite delivery contracts will be negotiated and awarded, each with a base period not to exceed 1 year with two option periods, not to exceed 1-year each. The amount of work in each contract period will not exceed $500,000. 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 negotiating a firm-fixed price task order not to exceed the bse contr act amount. Task orders will be assigned to contractors based on location of work, capability, including equipment and technical skills, and availability to do the work required. The contracts are anticipated to be awarded in August 2005. The 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 for a Small Business Subcontracting Plan on that part of the work it intends to subcontract. The F Y05 subcontracting goals for the Wilmington District which will be considered in the negotiation of the contract are: (1) 57.2% for Small Business, including Small Disadvantaged Business (SDB)and Women-owned Small Business (WOSB); (2) 8.9% for SDB; (3) 8.1 % for WOSB; and (4) 3.0% for Service-Disabled Veteran-Owned Small Business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to 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 Contractor Registration (CCR). Register vis CCR internet site at www.ccr .gov or by contacting the DoD Electronic Commerce Business Information Center at 800-334-3414. PROJECT INFORMATION: Work consists of all types of surveys and the associated production of maps as well as CADD and GIS products. These surveys consist of topog raphic and hydrographic, including lake and river bottoms and offshore beach profiles, planimetric, cadastral, location, construction, layout, and route surveying. Horizontal and vertical control surveys up to first order accuracy are expected. CADD submit tals will be required in Microstation and the AEC CADD Standard (.dgn files) along with InRoads surface modeling format (.dtm files). GIS submittals will be required in ESRI ArcGIS ArcView, ArcInfo, ArcSDE/SQL Server, and SDSFIE (Spatial Data Standards for Facilities Infrastructure and Environment). SELECTION CRITERIA: The selection criteria for this contract are listed below in DESCENDING order of importance. Criteria A-D are PRIMARY. Criteris E-G are Secondary and will ONLY be used as 'tie-breakers' a mong technically equal firms. (A) Qualified personnel in the following disciplines: North Carolina (NC), Virginia (VA), South Carolina (SC), and Georgia (GA) Professional Land Surveyors, Survey Technicians, NC, VA, SC and GA Professional Engineers, Engin eering Technicians, CADD Technicians, Certified Hydrographers, Hydrographic Technicians, Geographers, and GIS Analysts. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. (B) Spe cialized experience and technicl competence for all types of surveying and the asociated production of CADD and GIS products. (C) Capacity to perform approximately $500,000 in work of the required type in a 1-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. (1) Firm must have the ability to provide a minimum of three 3-m an survey parties and two RTK GPS hydrographic crews of competent personnel with the required equipment; (2) Firm must be able to respond on short notice and meet delivery schedules; and (3) Firm must have sufficient equipment to meet schedules. Firms res ponding to this notice must furnish a list of all company-owned and leased survey equipment, including boats and 4-wheel drive vehicles. (D) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with pe rformance schedules, as determined from ACASS and other sources. (E) Knowledge of the Locality: Familiarity with the conditions, control and regulations effecting work in portions of North Carolina, Virginia, South Carolina, and Georgia. (F) SB and SD B participation: Extent of participation of small business, small disadvantaged business, historically black colleges and universities and minority institutions in the proposed contract, measured as a percentage of the total estimated effort. (G) Equita ble Distribution of DoD contracts: Volume of DoD contract awards in the last 12 months. SUBMISSION REQUIREMENTS: Interested firms being able to perform this work must submit Five (5) copies of Parts I and II of SF 330 (Architect-Engineer Qualifications) to the below address NOT LATER THAN 4:00 P.M., EASTERN TIME, 1 AUGUST 2005, ATTN: Hilda Ayers, USAED, Wilmington, 69 Darlington Avenue, Wilmington, NC 28403 or USAED, Wilmington, PO Box 1890, Wilmington, NC 28402-1890. Submittals received after this da te and time will not be considered. Include ACASS number in SF330 Part I, Section B, Block 5. To obtain an ACASS number, call the ACASS Center at (503) 808-4591. A maximum of ten (10) projects including the prime and consultants will be reviewed in Part I, Section F. Use no more than one (1) page per project. When listing projects in Part I, Section F, an Indefinite Delivery (IDC) with multiple task orders as examples is not considered a project. A task order executed under an IDC is considered a proj ect. Part I of the SF330 shall not exceed 45 pages. Part II is required for each branch office of the prime firm and subcontractors that will have a key role in the proposed contract. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. For questions, call (910) 251-4862 or write via internet, hilda.d.ayers@usace.army.mil. THIS IS NOT A REQUEST FOR PROPOSALS. The NAICS is 541370 with a small business size standard of $4,000,000. Responses to this announcement should be in writing only; telephone calls and personal visits are discouraged.
- Place of Performance
- Address: US Army Corps of Engineer, Wilmington District CESAW-CT, PO Box 1890, Wilmington NC
- Zip Code: 28402-1890
- Country: US
- Zip Code: 28402-1890
- Record
- SN00838064-W 20050630/050628212332 (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 |