SOURCES SOUGHT
T -- THREE (3) INDEFINITE DELIVERY A-E CONTRACTS FOR FIELD SURVEYS WITH AUTOMATED HYDROGRAPHIC SURVEY CAPABILITIES, PRIMARILY WITHIN THE ST LOUIS DISTRICT, BY THE ST LOUIS DISTRICT
- Notice Date
- 10/27/2006
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P9-07-R-0702-(07-R-0703)-(07-R-0704)
- Response Due
- 11/29/2006
- Archive Date
- 1/28/2007
- Small Business Set-Aside
- N/A
- Description
- T-THREE (3) INDEFINITE DELIVERY A-E CONTRACTS - FOR FIELD SURVEYS WITH AUTOMATED HYDROGRAPHIC SURVEY CAPABILITIES, PRIMARILY WITHIN THE ST. LOUIS DISTRICT, BY THE ST. LOUIS DISTRICT, POC Geospatial Engineering Branch, Jim Lamkins, (314) 331-8368, Con tracting Officer, Thaddeus T. Willoughby (314) 331-8522 (Site Code W912P9) Solicitations W912P9-07-R-0702, W912P9-07-R-0703 and W912P9-07-R-0704. I. CONTRACT INFORMATION: These contracts are 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. The services anticipated to be required consist of providing field and hydrographic surveys with differential global positioning systems (DGPS) for the St. Louis District, U.S. Army Corps of Engineers. The District boundaries will be the primary area for the work, but the Government may, at its discretion and upon concurrence of the Contractor, accomplish work in other geographical regions. Three unrestricted indefinite delivery contracts will be negotiated and awarded. The contracts will be awarded in the order of ranking determin ed by the selection approval authority. Each contract will have a $3,000,000 total capacity for a three (3) year period. Work will be issued by negotiated firm-fixed-price task orders not to exceed the contract amount. The Contracting Officer will consi der the following factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, the availability of 2 simultane ous survey crews, uniquely specialized experience, and equitable distribution of work among Contractors. The contracts are anticipated to be awarded in April 2007. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, relative to the employees office location. Prior to contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Registe r via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-(800)-334-3414. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it m ust comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The sub-contracting goals for the St. Louis District for each contract are that (1) a minimum of 51.2% of the Contractor's intended subcontract amount be placed with small businesses (SB), of which the following percentages should be placed as follows: small disadvantaged businesses (SDB), 8.8%, woman-owned small businesses (WOSB), 7.3%, HUBZone Small business, 3.1% and servi ce-disabled veteran-owned small business, 1.5%. The plan is not required with this submittal. II. PROJECT INFORMATION: Work will be for field and hydrographic surveys. Work may consist of topographic surveys, dredge material measurement and payment surveys, construction layout surveys, geodetic control (horizontal and vertical) surveys, GPS/DGPS su rveys, river/harbor project clearance, underwater hazard detection, aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, and boundary and cadastral surveys. Hydrographic surveys shall use tota lly automated systems with the capability of position by use of Differential Global Positioning Systems (DGPS). The A-E must have a back-up positioning system in the event that satellite transmission for DGPS positioning is interrupted or not available. Work may be performed to support other Federal agencies. III. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (fi rst by major criterion and then by each sub-criterion). Criteria a. through e. is primary. Criteria f. and g. are secondary and will only be used as TIE-BREAKERS among firms that are essentially technically equal. a. Specialized Experience and Technical Competence: (1) Experience in hydrographic surveys, dredge material measurement and payment surveys, DGPS surveys, river/harbor project clearance, underwater hazard detection; (2) Experience in field topographic sur veys, GPS/RTK surveys, construction layout, geodetic control (horizontal and vertical), aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, and cadastral/boundary surveys; (3) demonstrate use of GPS equipment, including network layout and adjustments and the ability and experience to submit GPS control to the NGS for blue booking and that the NGS accepted their submittals for inclusion in the NGS database; (4) capability to integrate field sur vey information into photogrammetric mapping databases including but not limited to underwater soundings, horizontal traverse circuits, 3D contour grids, aerial photo control point location coordinates, boundary surveys, utility locations, boring hole loca tions, and other survey needs; (5) facilities must have capability to collect and deliver data in digital format, readable and fully operational in 2D and 3D, in Bentley Microstation.dgn format (Microstation V7.0 or later) and ASCII format on CDROM, DVD, o r a Fire wire storage file formatted in MS-DOS. b. Capacity to Accomplish the Work. (1) Capacity to perform approximately $3,000,000 in work of the required type in a three-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment av ailability. Firms must have the personnel capacity and sufficient equipment for two simultaneous survey crews. (2) Firms shall demonstrate that they presently have, or the capability to readily obtain through purchase or lease, a DGPS equipped automated hydrographic survey vessel with an environment controlled cabin of 19-30 foot length capable of being trailered to and operating in U.S. inland and potentially coastal navigation projects for the automated acoustic surveys; (3) Firms shall demonstrate that they presently have, or the capability to obtain through purchase or lease, static or kinematic GPS equipment capable of subcentimeter measurement accuracy, electronic total station with data collector, and CADD/GIS data processing equipment; (4) Demonstr ate ability to accomplish the work and maintain delivery of a quality product; (5) demonstrate ability to commence work immediately after award of a task order. c. Knowledge of the Locality. Knowledge of the local conditions, within the St. Louis District, including geographic features, locks and dams, barge traffic, lakes, boat ramps (both high and low water), river gages, and fueling/boat facilities. d. Professional Qualifications. All survey work must be performed under the supervision of a Registered Land Surveyor with demonstrated expertise in completing the work required. The evaluation will consider education, training, professional registration , overall and relevant experience, longevity with the firm, and personnel strength. e. Past Performance. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from DUNs and other sources. f. SB and SDB Participation. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Equitable Distribution of DoD Contracts. Volume of DoD A-E contracts awarded in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including S B and SDB. IV. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit three (3) copies of completed SF 330 to, US Army Engineer District, St. Louis, Attn: Deborah Krems, CEMVS-CT-X, 1222 Spruce Street, Rm 4.207, St. Louis, MO. 63101-2833 not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Make reference to solicitatio n number as well as contract title. Include the firm's DUNs number, for Prime and subcontractors in SF 330, Block 9. For DUN information, call 503-808-4590. In SF 330, Section H, describe owned or leased equipment that will be used to perform this cont ract, as well as the number of available survey crews and CADD capabilities; describe the firms overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission); indicate the estimated percentage involvement of each firm on the proposed team. No other notification to firms under consideration for this work will be made. Solicitation packages are not prov ided. This is not a Request For Proposal (RFP).
- Place of Performance
- Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
- Zip Code: 63103-2833
- Country: US
- Zip Code: 63103-2833
- Record
- SN01172162-W 20061029/061027220632 (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 |