SOLICITATION NOTICE
C -- Automated Revetment Surveys on the Mississippi, Atchafalaya and Red Rivers
- Notice Date
- 3/31/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-08-R-0036
- Response Due
- 4/30/2008
- Archive Date
- 6/29/2008
- Point of Contact
- Walker Pitts, 504-862-1819
- E-Mail Address
-
US Army Engineer District, New Orleans
(FREDERICK.W.PITTS@MVN02.USACE.ARMY.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- AUTOMATED REVETMENT SURVEYS ON THE MISSISSIPPI, ATCHAFALAYA AND RED RIVERS, SOL W912P8-08-R-0036. POC Frederick Pitts, 504-862-1819 E-Mail Address: FREDERICK.W.PITTS@MVN02.USACE.ARMY.MIL 1. CONTRACT INFORMATION: The New Orleans District Corps of Engineers intends to contract for A-E services to perform hydrographic surveys on the Mississippi, Atchafalaya and Red Rivers. A firm fixed-price contract for five, one year periods is scheduled for award in September 2008, and to be completed Sept ember 2013. The base period and four option periods shall not exceed one year each. Estimated total cost of the proposed services is between $500,000 -- $2,000,000 for each period. This announcement is open to SMALL BUSINESSES ONLY. 2. PROJECT INFORMAT ION: The New Orleans District requires Hydrographic & Topographic surveys obtained using Differential Global Positioning Systems (DGPS), Real-Time Kinematic (RTK) DGPS systems, Virtual Reference Stations (VRS) systems and automated sounding systems for its revetment and preconstruction surveys at selected locations on the Mississippi, Atchafalaya and Red Rivers. Pre-construction revetment surveys shall consist of approximately 100 ranges over 2.0 miles of river bank at 2 proposed sites on the Atchafalaya R iver and 1 proposed site on the Mississippi River. Surveys of the existing revetment shall consist of multibeam surveys of over 362 miles of riverbank at 85 sites on the Mississippi River and approximately 61 miles at 39 sites on the Atchafalaya River and at three sites on the Red River. Multibeam data will be provided on a 2x2 foot grid of each site. Firms must indicate capability of using both multi-beam bathymetric and single-beam transducer technology to obtain hydrographic surveys with emphasis on mult i-beam surveying capability. Overbank surveys will be made at all preconstruction sites and major bank failures as described in the contract. All preconstruction and bank failure survey data for each range, no matter how the data are obtained, shall be edi ted, combined, transmitted electronically and furnished on digital video disk (DVD), in the New Orleans Districts LMN830 data format. All multi-beam data shall be edited, thinned to a 2x2 foot grided file, compressed and transmitted electronically and fur nished on DVD. CADD and/or chart deliverables shall be furnished in a format that is 100% compatible with the New Orleans Districts MicroStation CADD system, MicroStation XM,2008 or latest version. . 3. SELECTION CRITERIA: Selection evaluation factors in descending order of precedence are: (1) Specialized experience and technical competence in this type of work on the Mississippi and Atchafalaya Rivers. (2) Relative to capacity, the A-E shall exhibit at least the following minimum personnel and equipment : one registered land surveyor, one 4-person shore control survey party, two 2-person multi-beam and two 2-person single-beam surveying crews. Each multi-beam and single-beam hydrographic surveying crew shall be equipped with a minimum 18 cabin boat and t he positioning and sounding equipment mentioned above. (3) Past performance on contracts with DOD agencies. (4) A documented quality control plan appropriate for the type of work. (5) Professional qualifications necessary for satisfactory performance of r equired services. (6) A documented safety plan and performance (man-hours lost in the last 100,000 worked). Not addressing these items will be viewed as non-responsive. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit seven copies of SF 330 and any other pertinent information. The SF 330 and instructions for its use can be found at the following Website: http://www.mvn.usace.army.mil/EBS_Contracting/index.asp. Encl 2 The six evaluation factors listed above must be a ddressed in the appropriate sections of SF330 for the prime contractor as well as all subcontractors and consultants. Submit the requested information to the address below not later than 3 P.M. on April 30,2008. Overnight or courier type mail should be se nt to the following address: U.S. Army Corps of Engineers, New Orleans District, CEMVN-CT-W, Attn: Frederick Pitts, Room 172, Foot of Prytania Street, New Orleans, La 70118-1030. Additionally, it is requested that a digital copy of the SF 330 be submitted in a searchable Portable Document Format (PDF) file.Solicitation packages are not provided. This is not a request for proposal. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA29/W912P8-08-R-0036/listing.html)
- Place of Performance
- Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Country: US
- Zip Code: 70160-0267
- Record
- SN01545483-F 20080402/080401073100 (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 |