SOURCES SOUGHT
C -- Proposed Indefinite Delivery Type (IDT) Contract for Surveying Support Services within Engineering Division for Engineering Research and Development Center (ERDC)
- Notice Date
- 9/26/2007
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-07-O-0001
- Response Due
- 10/31/2007
- Archive Date
- 12/30/2007
- Point of Contact
- Oliver Meeks, 601-631-5763
- Small Business Set-Aside
- Total Small Business
- Description
- POC Mrs. Sarah Palmer, (601) 631-5682. Up to two contracts will be awarded as a result of this announcement. Work will be accomplished under Indefinite Delivery Contracts NTE $1.0M each with a base period and four option periods. Task orders issu ed over the life of the contract shall not exceed $5.0 million. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $5.0 million, whichever comes first. The period of any option will be 365 days from the date the Contracting Officer signs the exercise of the option or until exhaustion of the contract value of the option or until exhaustion of the contract value of $5.0 million, whichever comes first. Work will be issued by negotiated firm-fixe d price task orders. Allocation of task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. This announcement is a SMALL BUSINESS SET-ASIDE. Effective December 6, 2005, the small business size standard for A-E services is 4.5 million, NAICS code 541370. 2. PRO JECT INFORMATION: The work to be performed under this contract consists primarily of hydrographic/topographic surveying, construction of field demonstration sites, groundwater evaluation and environmental assessment, and other environmental and engineerin g related fieldwork and data collection. 3. PRE-SELECTION CRITERIA will be based on the following considerations, which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. Have one or mor e registered land surveyors. B. Have a minimum of 3 years of demonstrated experience in the following areas: GPS surveys, automated hydrographic surveys utilizing DGPS, gage and discharge surveys, automated topographic surveys utilizing total stations and data collectors, OTF or RTK surveys, and multi-beam or fan-sweep hydrographic surveys. C. Have experience acquiring and analyzing near-coastal data and estuary data. D. Have the necessary equipment, boats and personnel with demonstrated experience in the performance of the above type of surveys. E. Have demonstrated experience in the use of CADD/GIS systems. 4. SELECTION CRITERIA will be based on the following considerations and are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. A. Specialized experience in GPS control surveys, automated hydrographic surveys in real time utilizing DGPS technology, gage and discharge surveys on large and sma ll streams, topographic surveys utilizing total stations and data collectors formatted for entry into CADD/GIS computer systems, topographic surveys utilizing vehicle-mounted OTF or RTK Differential GPS systems, multi-beam or fan-sweep hydrographic surveys . B. Capacity in terms of personnel, including management personnel, with demonstrated experience and qualifications in all areas of surveying required above, and necessary equipment to assure prompt response to and completion of surveying assignments (sh ort listed firms may be required to show model and serial numbers of all equipment shown in the SF 330). C. Professional qualifications of employees designated to work under this contract, including professional recognition, professional registration, adv anced degrees, and recognized designations of industry professional organizations. D. Knowledge of locality in terms of terrain features, area-working conditions, location of major landforms, and river basins, etc. E. Past performance - consideration wil l be given to ratings on previous A-E DoD c ontracts for engineering services. F. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated con tract 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. G. Geographic proximity to Vicksburg, Mississippi. H. DoD contract a wards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. The contract(s) will be awarded on or about February 1, 2008. 5. SUBMISSION REQUIREME NTS: Interested firms must send one copy of SF 330 as well as part II of each consultants SF 330 to U.S. Army Engineer District, Vicksburg, ATTN: Technical Services Section(CEMVK-EC-TE) 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Include DUNS nu mber on all submittals. Note the following restrictions on submittalResumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will be limited to a maximum of 20 pages. Additional information (Section H) will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluations. All telephone calls should be directed to Mrs. Sarah Palmer, (601) 631-5682. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUN CEMENT. This is not a Request for Proposal. A fee proposal will be requested at a later date. . ****NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database (see http://www.ccr.gov/ for information relative to CCR). http://www.mvk.usace.army.mil/contract. Email: sarah.t.palmer@mvk02.usace.army.mil
- Place of Performance
- Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Country: US
- Zip Code: 39183-3435
- Record
- SN01421792-W 20070928/070926224315 (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 |