Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2006 FBO #1633
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR SURVEY AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
5/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-06-R-0027
 
Response Due
6/15/2006
 
Archive Date
8/14/2006
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This Indefinite Delivery contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541370, which has a size standard of $4,500,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for th is contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 06 subcontracting goals for this contract are a minimum of 51.2% of the contractor's intended sub contract amount be placed with small businesses, with 8.8% of that to small, disadvantaged businesses, 7.3% to woman-owned small businesses, 3.1% to HUB Zone small businesses and 1.5% to service disabled veteran owned small businesses. The subcontracting plan is not required with this submittal. The contract limit is $1,000,000 per year with a base period of 1 year and two optional 1-year periods. The contract cannot exceed $3,000,000. There will be no specific delivery order limit except that of the co ntract limit. Anticipate more than one contract, but no more than two (2) contracts may be awarded. Anticipate awards to be staggered, at six (6) to (12) month intervals. The first contract award is anticipated for November 2006. All responders are advis ed that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guarante e work to selected firms. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). 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. For ORCA, register at https://orca.bpn.gov/login.aspx . 2. PROJECT INFORMATION: Typical types of services to be provided may include topographic, hydrographic, aer ial mapping (LIDAR), GPS control, boundary establishment, 3D digital mapping, office computations and other specialized surveys for use in developing 'Plans and Specifications.' The selected firm must demonstrate the ability to provide AutoCAD formatted dr awings and all support files that conform with the Corps of Engineers CADD/GIS Technology Center A/E/C CADD Standards (version 2.2) using the most recent version of AutoDesk Land Desktop at the time of contract and follow-on delivery order award. 3. SELE CTION CRITERIA: The following primary selection criteria (A-G) are listed in descending order of importance: (A) Professional personnel in the following disciplines: 2 surveyors licensed by the State of Alaska with a crew of 3 party chiefs and 6 staff su rveyors, a photogrammetric specialist, and a hydrographic surveyor with at least 5 years of experience surveying in navigable channels. Responding firms MUST address each discipline, and clearly indicate which shall be subcontracted. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to pe rform the contract. (This means that work physically completed in the State of Alaska [i.e. geotechnical, survey, etc.] must use Alaskan residents). (B) Specialized experience and technical competence: (1) minimum of 3 years experience in the use of Auto CAD and Land Desktop software, (2) minimum of 3 years of experience in global positioning system (GPS), (3) qualified to conduct precise surveys.(C) A quality management plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by th e contractor, and how those processes will complement and support the governments quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of ke y personnel in relationship to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the int egration of work products of the entire team that is proposed. (NOTE: A detailed quality management plan will be required at the time of a Request For Proposal. (D) The firms past performance on DOD and private sector contracts with respect to cost con trol, quality of work, and compliance with schedules. (E) Capacity to maintain schedules and accomplish required work on six task orders simultaneously. (F) Knowledge of the locality. (G) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in f acilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate t hese sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. Criteria H-J are secondary criteria and will only be used as 'tie-breakers' among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (H) The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority i nstitutions (MI) in the proposed contract team, 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. (I) Geographic proximity. (J) Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional inf ormation as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each proje ct identified; and c) Part I, block H(3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Gover nment Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firm' s overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not require d with this submission. Part I and II of the SF 330 must be submitted. Submittals must be received at the address indicated above not later than COB (4:00 pm Al aska time) on the above response date. Any submittals received after this date will not be consider ed. Note regarding hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, t he firm must request a day pass to deliver the submittal by using the following procedures: Two (2) work days prior to delivery, the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This in formation must be faxed to 907/753-2544 or forwarded electronically to the POC identified herein. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must provide a valid driver's license, proof of curr ent insurance, current IM certificate, and current valid vehicle registration. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. Point of contact L eon Clay, 907-753-2879. Email your questions to US Army Corps of Engineers, Alaska at evan.l.clay@poa02.usace.army.mil
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN01048336-W 20060517/060515220746 (fbodaily.com)
 
Source
FedBizOpps 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.