SOLICITATION NOTICE
C -- Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for Surveying & Mapping Services to Support the Mobile District, the South Atlantic Division and U.S. Army Corps of Engineers.
- Notice Date
- 2/20/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-08-R-0028
- Response Due
- 3/26/2008
- Archive Date
- 5/25/2008
- Point of Contact
- Janis R. Steiner, 251-441-6510
- E-Mail Address
-
Email your questions to US Army Engineer District, Mobile
(janis.r.steiner@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MRS. MARY F. BRELAND. SUBMIT QUESTIONS TO FAX 251 694-3626. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: Architect-Engineering (A-E) services are required for an Indefinite Delivery Contract for Surveying & Mapping Services to support the Mobile District, the South Atlantic Division, and the U.S. Army Corps of Engineers. The Mobile District Corps of Engineers may award multiple co ntracts for Survey and Mapping Services for support of the Joint Airborne Lidar Bathymetric Technical Center of Expertise (JALBTCX) National Coastal Mapping Program and Support For Others Programs within the boundaries or other locations as may be assigned to the Mobile District and South Atlantic Division with possible worldwide operations as a result of this solicitation. This announcement will result with awards being made on an unrestricted basis. The unrestricted basis is open to all interested parties regardless of business size. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Only firms considered highly qualified will be aw arded a contract. Rates will be negotiated for each 12-month period of the contract. The contract term for the unrestricted award will be for three (3) years. Work under this contract to be subject to satisfactory negotiation of individual task orders, wit h the total IDC value not to exceed $7,500,000 over the three (3) year life of the contract. Work will be issued by negotiated firm-fixed-price task orders. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they wi ll be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 r egarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 70% of the contractor's intended subcontract amount be placed with Small Busines ses (SB), 6.2% be placed with Small Disadvantaged Businesses (SDB), 7.0% be placed with Women-Owned Small Businesses (WOSB), 9.8% be placed with HUB Zone Small Business, 3.0% be placed with Veteran-Owned Small Business and 0.9% be placed with Service-Disab led Veteran-Owned Small Business. A detailed subcontracting plan must be submitted during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals can not be met . The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. The North American Industry Classification System (NAICS) c ode for this action is 541370 with a small business size standard of $4,000,000. PROJECT INFORMATION: The selected firm(s) will be required to perform regional mapping and charting services to include physical and environmental characterization of the coa st or riverine systems. The Contractor(s) selected could be required to perform services within the United States with possible work worldwide as may be assigned to the Mobile District and South Atlantic Division. Some of the services are of the following types: Airborne Hydrographic Lidar, Airborne Topographic Lidar, GPS, Hyperspectral data collection and analysis, photogrammetry, conventional surveying and GIS development. SELECTION CRITERIA: The selection criteria are listed below. Criteria A thru D are primary. Criteria E thru F are secondary and will only be used as tie-breakers among technically equal firms. A. PROFESSIONAL QUALIFICATIONS: The contract will require the following disciplines with registration numbers where applicable: (1) Professional Land surveyors with registration number for the states of Alabama, Florida, Georgia, Mississippi, and Tennessee (2) Project Managers (as many as needed to cover the types of services Hydrographic Lidar, Topographic Lidar, GPS, Photogrammetry, Multispectral/Hyperspectral, and GIS) (3) Four Party Chiefs (including at least one GPS) (4) CADD Specialist (5) Certified Photogrammatrist with registration number (6) GI S Analyst (7) GIS Developer (8) Geodatabase administrator (9) Hydrographic Lidar specialist (10) Topographic Lidar specialist (11) Hyperspectral specialist. Resumes contained in Standard Form (SF) 330, Part I, Section E shall be completed for each discipli ne. No more than three (3) resumes per discipline shall be submitted except where more than three (3) are specifically requested. ROLE IN THIS CONTRACT, Block 13 under Part I, Section E must use the same discipline nomenclature as is listed in this announc ement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. B. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE in: (1) Collecting and Processing Hydrographic Lidar Data i ncluding the type sensor used, software package utilized and products derived including data management of large data sets. (2) Collecting and Processing Topographic Lidar Data including the type sensor used, software package utilized and products derived including data management of large data sets. (3) Mapping production using the USACE Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE). (4) Development of project level GIS implementation featuring feature classes or coverages that are SDSFIE compliant. (5) Development of Geodatabase using Access or SQL or Oracle that are SDS compliant. (6) Hyperspectral imagery collection and analysis including the type sensor used, software package utilized and products derived including data management of large data sets. (7) Digital photogrammetric services including type sensor used, software package utilized and products derived. (8) Extracting data from Lidar point clouds (bare earth, break line, planimetrics, intensity images). SF330, Pa rt I, Section H shall include a matrix for items (1) thru (8) which correlates each item with example projects listed in Section F. Section H shall be limited to no more than 10 pages. C. CAPACITY TO ACCOMPLISH THE WORK: (1) Show capacity of firm to furni sh equipment and personnel to maintain four detailed topographic crews. (2) Personnel and equipment to acquire, process and analysis hyperspectral imagery. (3) Personnel and equipment to acquire and process airborne laser mapping data, both hydrographic an d topographic. (4) In SF330, Part I, Section H describe the quality management plan of the firm, including quality assurance, and coordination of the in-house work with consultants. Section H shall be limited to no more than 10 pages. D. PAST PERFORMANCE: Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. E. GEOGRAPHIC LOCATION: Geographic location with respect to the Joint Airborne Lidar Bathymetry Technical Center of Experti se. F. (Applies only to Large Business Firms) SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS AND WOMEN-OWNED SMALL BUSINESS PARTICIPATION: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work a re invited to submit one (1) completed paper copy of their SF 330 (Architect-Engineer Qualifications), to U.S. Army Corps of Engineers, Mobile District, CESAM-E N-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a3986298525 69a4006ed7cc?OpenView&Start=30. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 or larger. Pages shall be 8-1/2 inches by 11 inches. Part I of the SF 330 form is limited to 60 pages. Blank sheets/Tabs sepa rating the sections within the SF 330 will not count in the aforementioned page-count maximum for Part I. The organization chart required in section D and the matrix required as section G, Part I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used, it shall be neatly folded to 8-1/2 inches by 11 inches, bound into the SF330 at the proper location, and counted as one page. A maximum of ten (10) projects including the prime and consultants, will be rev iewed in Part I, Section F. Use no more than one page per project. When listing projects in Part I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. It shall be noted that a task order execu ted under an Indefinite Delivery Contract is considered a Project. In Block G-26, along with the name, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later that 3:00 P.M. central time on 26 March 2008. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON 31 March 2008. As required by acquisition re gulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted b y telephone and will most likely occur the same week that the Selection Board convenes. This is not a request for proposal. Solicitation packages are not provided. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Persona l visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the Centr al Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
- Place of Performance
- Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Country: US
- Zip Code: 36628-0001
- Record
- SN01512896-W 20080222/080220225717 (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 |