SOLICITATION NOTICE
C -- The type of work to be accomplished could include: Services of qualified A-E firms are sought to provide aerial photography, photogrammetry, and aerial mapping; topographic, boundary, and hydrographic surveying; and CADD/GIS onsite services
- Notice Date
- 12/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-08-R-0020
- Response Due
- 2/6/2008
- Archive Date
- 4/6/2008
- Point of Contact
- wendy.jeffers, 8163893629
- E-Mail Address
-
Email your questions to US Army Engineer District, Kansas City
(wendy.d.jeffers@nwk02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PLEASE CONTACT Ms. Wendy Jeffers, Contract Specialist, at Wendy.D.Jeffers@usace.army.mil if you have any questions regarding this announcement. (1) CONTRACT INFORMATION: This contract is being procured in accordance with Public Law 92-582, (Broo ks Act) as implemented in FAR Subpart 36.6. The successful awardee will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Architect-Engineer (A-E) contract are required to provide aerial photograph y, photogrammetry, and aerial mapping; topographic, boundary, and hydrographic surveying; for civil works, military and environmental projects primarily in the Kansas City District, U.S. Army Corps of Engineers. This Indefinite Delivery Contract will be n egotiated and awarded, with negotiated Firm Fixed Price multiple task orders. It is anticipated that the first contract will be awarded no earlier than February 2008. The maximum contract value will not exceed $8,000,000 per contract for five years with no options. This announcement is open to all businesses, regardless of size. The North American Industrial Classification System Code (NAICS) is 541360, which has a size standard of $4,500,000 in average annual receipts. If a large business is selected for this contract, it must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan for the work to be subcontracted. The subcontracting goals for the Kansas City District are as follows: a minimum of 51.2% of the contractors intend ed subcontract amount placed with Small Businesses (SB), which includes 8.8% placed with Small Disadvantaged Businesses (SDB), 7.3% placed with Women Owned Small Business (WOSB), 3.1% placed with Hub Zone Small Businesses, 2.0% Veteran owned and 1.5% place d with Service Disabled Veteran-Owned Small Businesses (SDVOSB). The subcontracting plan is not required with this submittal. (2) PROJECT INFORMATION: The type of work to be accomplished could include: Services of qualified A-E firms are sought to provide aerial photography, photogrammetry, and aerial mapping; topographic, boundary, and hydrographic surveying; and CADD/GIS onsite services and implementation for civil works, military and environmental projects primarily in the Kansas City District, U.S. Army Corps of Engineers. Work will be for the U.S. Army Corps of Engineers and other Federal agencies such as, but not limited to, Department of Defense, NGA, NOAA, USDA, etc. While services will primarily be for areas within the Kansas City District, services may be required for the Omaha District and for selected areas throughout the USACE Northwest Division and USACE Districts that adjoin the Kansas City District. Specialized knowledge, expertise and past experience that would significantly benefit customers of the Kansas City District is preferred. (3) SELECTION CRITERIA: The selection criteria are listed in descending order of importance. Sub criteria and lists within the sub-criteria are also in descending order of importance. The board will eval uate the specialized experience on projects and the technical capabilities of the prime firm and any subcontractors. Criteria (a) through (e) are the primary selection criteria. Criterion (f) through (h) will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. A) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Demonstrate recent experience by including a technical discussion and up to 10 representative projects performed within the past five (5) years with a maximu m dollar value not to exceed $500,000 and by discussing the firm's offerings and qualifications for (1) Performing large and small scale aerial collection and production of information including color and color infrared ortho photography; precise DTM/DEM t opography; LiDAR, oblique photography; hyperspectral imagery; and other related aerial mapping products. This includes collection and processing of airborne GPS and intertial measurement unit (IMU) data and ground survey control planning. Capability to gather, perform restoration, scanning, and preservation of historic imagery, maps, and drawings; and the ability to provide geo-positioning services for historic i magery and map documents. (2) Delivering aerial mapping products in Microstation A/E/C CADD standard formats and ArcGIS SDSFIE standard formats, with FGDC-compliant metadata and in accordance with Engineering Manual (EM) 1110-1-1000, Photogrammetric Mappin g. (3) Providing CADD/GIS specialists on site at the USACE offices to provide production support services for common USACE projects such as enterprise CADD/GIS; civil works; flood control; ecosystem restoration; military installation planning, operations and maintenance, and construction; environmental compliance, and environmental remediation. (4) Performing CADD/GIS enterprise systems implementation projects to include activities such as planning, requirements, design, programming, implementation, suppor t, and application hosting within the Bentley and ESRI technology environments. (5) Performing field-based surveys to include topographic survey, boundary survey, and hydrographic survey, in relation to military installations and riparian areas and deliver ed in Microstation A/E/C CADD standard formats or ArcGIS SDSFIE standard formats, with FGDC-compliant metadata and in accordance with Engineering Manual (EM) 1110-1-1005, Topographic Surveying and EM 1110-2-1003, Hydrographic Surveying. (6) Quality control procedures to ensure product quality. The evaluation will consider quality control coordination between disciplines and subcontractors, and quality control procedures. B) PROFESSIONAL QUALIFICATIONS AND RESOURCES. (1) Ability to provide a broad range of aerial mapping equipment including owned or leased airworthy aircraft, currently calibrated (last three calendar years) precision aerial mapping camera equipped with FMC, ABGPS and IMU systems; digital and film-based cameras; photographic lab for proces sing aerial film, hardware and software to perform fully analytical aero-triangulation, analytical and softcopy stereo plotter instrumentation for digital data collection of planimetric and topographic features; equipment for DTM, DEM data collection and m anipulation of terrain data; digital data editing facilities; high resolution metric scanner for navigation and photo control; LiDAR and other state of the art sensors; equipment for scanning and preservation of historic film, microfilm, and paper imagery and drawings. Ability to provide a broad range of field survey equipment such as survey-grade GPS units, conventional/robotic total stations, digital levels, boats, hydrographic survey equipment, terrestrial LiDAR, and other related technologies. Provide t he list of equipment in Block H. (2) Exhibit organization charts for three project teams. Team 1, aerial photography collection and orthophoto production: Project Manager, Certified Photogrammetrist, Image Analyst, GIS Specialist. Team 2, GIS systems imple mentation: Project Manager, Systems Analyst, Database Manager. Team 3, topographic survey: Project Manager, Licensed Land Surveyor, Party Chief. The evaluation will consider information from resumes of these individuals including education, relevant and cu rrent skills training (short courses, on the job training), professional certification and registration, and overall relevant experience and longevity with the firm. C) PAST PERFORMANCE. At a minimum three (3) past performance on DOD and other contract s within the past five years, with respect to cost control, quality of work, and compliance with performance schedules. The evalauation will consider ACASS ratings, information provided by the offeror, and references. D) CAPACITY TO ACCOMPLISH THE WORK. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the quantity of key equipment and an adequate number of qualified personnel in the following key disciplines: project manager, quality control specialist, certified photogrammetrist, licensed land surveyor, pilot, aerial instrument specialist, GIS specialist, CADD/GIS technician, systems analyst, programmer, image analyst/compilation specialist, and survey party chief. E) KNOWLEDGE OF THE LOCALITY. Knowledge of projection locations and survey standards within the states of the Kansas City District (Missouri and Kansas) and adjacent USA CE Districts. The evaluation will consider project examples and registrations of licensed land surveyors. F) SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS PARTICIPATION. Extent of participation of small businesses (including women-owned), small disad vantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. G) GEOGRAPHIC PROXIMITY. Location of the firm in the general geographica l area of the Kansas City District and secondarily the Omaha District, other USACE Districts adjacent to the Kansas City District, and the remainder of the USACE Northwest Division. Evaluation for this criterion will be based on an exhibit of locations for the firm (prime and all subs) in the general geographic areas listed above. H) EQUITABLE DISTRIBUTION OF DoD CONTRACTS. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contr acts among qualified firms, including SB and SDB. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the la st 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. 3) SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit five (5) bound hard copies of their SF330 to the address listed no later than close of business 2:00 P.M. (CST) on 6 February 2008. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF330. In clude the firms ACASS number in SF330, For all SF 330 sections, use no smaller than 10 pt. Font. A contract-specific Quality Control Plan will be prepared and submitted by the A-E after Contract award, but is not required with this submission. Solicitat ion packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District-Kansas City, ATTN: CENWK-CT-C/Jeffers, 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896. No faxed submittals shal l be accepted, and any submittals received after this date will not be considered. To be eligible for contract award, a firm must be registered in the DoD Central Contractors Registration (CCR) database. Register via the CCR Internet site at http://www.c cr.gov or by contacting the DoD Electronic Commerce Information Center at 1-877-DLA-DALL or 1-877-352-2255. There is a new Federal Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA). OR CA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the langu age in FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. Detailed information can be found in FAR Case, as well as by visiting the Help section of the ORCA website at http://orca.bpn.gov. The help section includes ORCA backgr ound information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-C (Wendy Jeffers) 757 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 QUESTIONS: Any questions regarding this solicitation are to be submitted in writing by January 14, 2008, and addressed to Wendy Jeffers via e-mail at Wendy.D.Jeffers@usace.army.mil. Answers will be posted to Http:// www.fbo.gov, on or about Januray 21, 2008.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN01471280-W 20071219/071217224016 (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 |