SOLICITATION NOTICE
C -- ARCHITECT-ENGINEER SERVICES FOR SURVEYING AND MAPPING ACTIVITIES IN SUPPORT OF THE WALLA WALLA DISTRICT CORPS OF ENGINEERS
- Notice Date
- 5/21/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-07-R-0018
- Response Due
- 6/21/2007
- Archive Date
- 8/20/2007
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE), Walla Walla District proposes to contract for Architect-Engineer Surveying and Mapping Services. Architect-Engineer (A-E) surveying and mapping services are procured in accordance w ith PL 92-582 (Brooks A-E Act) and FAR Part 36. This notice is for up to two Indefinite Delivery Type (IDT) contracts with each contract not to exceed $1 million for the base year with two option years of $1 million each. The amount of each contract will not exceed $3 million. Work will vary in scope and size and will be assigned by individually negotiated firm-fixed-price task orders. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate a n order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and the requirement to meet the minimum guarantee. The maximum for each task order will not exceed the annual contract amount. The minimum guarantee for the base period is $20,000 and $10,000 for each option period. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. As spe cified in Paragraph 3 below, if two contracts are awarded, each contractor will be given a fair opportunity to be considered for each task order in excess of $3,000 in accordance with FAR 16.505 and EFAR 16.505. This procurement is unrestricted. This annou ncement is open to all businesses regardless of size and is not limited to registered or licensed A-E firms, but will also include surveying and mapping professionals such as licensed surveyors, geodesists, and cartographers . The NAICS Code is 541370. T he small business size standard is average annual receipts for its preceding three (3) fiscal years must not exceed $4.5 million. Large businesses must comply with FAR 52.219-9 for subcontracting plans on any portion of work to be subcontracted. The subc ontracting goals which will be considered in the negotiation of this contract are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB), (2) at least 8.8% of a contractors intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7.3% of a contractors intended subcontract amount be placed with woman owned small businesses (WOSB); (4) at least 1.5% of a contractors intended subcontract amount be placed with service dis abled veteran-owned small businesseses (SDVOSB); and (5) at least 3.1% of a contractors intended subcontract amount be placed with historically underutilized business zone Small Businesses (HUBZone). The subcontracting plan is not required with the initia l submittal, but will be required with the contractors Service/Supply Rate Schedule proposal of the firm(s) selected for negotiations. The wages and benefits of service employees (FAR 22.10) performing under these contracts must be at least equal to thos e determined by the Department of Labor under the Service Contract Act. To be eligible for this contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR). Firms may register via the CCR Internet si te at http://www.ccr.gov. 2. PROJECT INFORMATION: Architect-Engineer (A-E) surveying and mapping services are required for various Walla Walla District civil works projects. Primary assignments will be located within the States of Oregon, Washington, and Idaho; however, work may be assigned in the Walla Walla District portions of Wyoming, Montana, Utah and Nevada, or at the location of any other Corps of Engineers District requesting assistance. Services required include survey and mapping activities specific to (a) Conventional land surveying encompassing cadastral and boundary; Standard and valley type transect; Topographic, and engineering design and c onstruction surveys; (b) High order geodetic type surveys incorporating FGCC modified SRMDS method differential leveling for electronic digital bar/code leveling systems in support of project precise leveling tasks and three dimensional dam deformation an alysis; (c) Transect and topographic bathymetric surveys designed for riverbed condition analysis and quantity determinations; (d) Conventional and global positioning system (GPS) aerial photogrammetric control surveys; (e) Mapping in two and three dime nsions explicit to required surveys; (f) Photogrammetric mapping services consisting of stereo and/or analytical compilation, digital orthophotgraphy production, aerial photo processing, generation and/or scanning of vector drawings from photos and raster files, and Graphics Information Systems (GIS) including digital file translations to alternate formats; (g) Automated data processing with Computer-Aided Design and Drafting (CADD) systems employing standard to the industry equipment, hardware and softwa re. Resulting graphic data sets and file formats must be completely compatible with and capable of being loaded directly to the Bentley Systems Inc. Microstation (DGN) processing software; and (h) The production and recordation of cadastral/boundary maps and documents according to appropriate State and County requirements. Utilization of aircraft, dual frequency gps, electronic directional and leveling instruments, automated data collection, and fully integrated echo sounding equipment and positioning sy stems with a 22 - 36 foot survey vessel(s) as a minimum is required. Assignments are accomplished in full compliance with established Corps of Engineers engineering manuals and health and safety requirements, Walla Walla District technical requirements a nd other policies requisite to special site conditions, task requirements and as deemed necessary by the District Contracting Officer or designated representative(s). All survey services shall be supervised by a Professional Land Surveyor(s) registered to practice in the State(s) of Oregon, Idaho, and Washington with photogrammetric services directed by a Certified Photogrammetrist. Firms will be selected for negotiation based on demonstrated qualifications, capacity and competence in the performance of t he required services. 3. SELECTION CRITERIA: The mission criteria for evaluation and selection are listed below in descending order of importance. Criteria 3a through 3h are primary. Criteria 3i through 3j are secondary and used as tie-breakers for technically equal rated firms. a. Professional qualifications, necessary for satisfactory performance of required services and relevant experience in the survey and mapping disciplines listed in the project information. The evaluation will consider education, registration, technical ce rtification, training, and longevity of relevant experience. b. Specialized experience and technical competence in the type of work discussed in Project Information items 2a through 2g above. Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences a nd technical competence will be the primary information evaluated. c. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Unsatisfactory or marginal past performance evaluations will be considered in the selectio n process. d. Firms that currently possess or have the capability to readily obtain instruments, equipment, hardware and software sufficient to meet the survey and mapping requirements listed in the project information. e. Firms demonstrating knowledge of the current (A/E/C) CADD standards and possessing the ability to process and submit data, information and mapping for required surveys to USACE established specifications in formats primarilarly including but not limite d to ESRI (GIS), A SCII, EXCEL, JPEG and Microstation (DGN) formats. f. Geographic proximity and demonstrated knowledge of locality specific to the Columbia, Snake, and Clearwater Rivers, their basins and tributaries. g. Demonstrated capability and capacity of the firm relative to short suspense dates and rapid response actions. h. Proposed project organization, specification of lines of authority, proposed personnel disciplines and team backup. i. Extent of participation of small business (SB), Small disadvantaged business (SDB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. j. Volume of Department of Defense (DOD) contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: A-E firms that meet the requirements described in this announcement are invited to submit two (2) copies of Standard Form (SF) 330 (6/2004 Version), Architect-Engineer Qualifications, Parts I and II for the prime and all consult ants to the below address not later than June 21, 2007. SF 330s shall be sent to: USACE, Walla Walla District, 201 North Third Avenue, Walla Walla, WA 99362-1876, Attn: Jani Long. Solicitation packages are not supplied and facsimile transmissions will not be accepted. Personal visits to discuss this project will not be scheduled. This is not a request for proposal and no other general notification will be made. Reference W912EF-07-R-0018 in your package.
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Country: US
- Zip Code: 99362-1876
- Record
- SN01299653-W 20070523/070521235958 (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 |