Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2008 FBO #2384
SOLICITATION NOTICE

H -- Conduct survey of the post construction underwater portion of the Kaumalapau Breakwater in Lanai, Hawaii as part of the Monitoring of Completed Navigation Projects (MCNP) Program. Multibeam surveys will provide detailed bathymetry of these areas.

Notice Date
6/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Honolulu, Attn: CEPOH-CT, Building 230, Fort Shafter, Hawaii, 96858-5540
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-08-T-0018
 
Archive Date
7/3/2008
 
Point of Contact
Linda Oshiro,, Phone: 808-438-8572
 
E-Mail Address
linda.n.oshiro@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Honolulu District, is issuing a combined synopsis/solicitation for services in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Contractor shall provide all management, labor, equipment, tools, materials, and supplies to conduct a survey of the post construction underwater portion of the Kaumalapau Breakwater in Lanai, Hawaii as part of the Monitoring of Completed Navigation Projects (MCNP) Program. Multibeam surveys will provide detailed bathymetry of these areas. Backscatter information derived from the multibeam survey will be used for bottom classification. The period of performance is sixty-five (65) calendar days after award of purchase order. This is a commercial service firm fixed price purchase order. Only one award shall be made. Requests may be faxed to Linda Oshiro 808-438-8588 or emailed to linda.n.oshiro@usace.army.mil. No telephone request will be accepted. All requests shall include the solicitation number, W9128A-08-T-0018, your company’s name and address, a point of contact, telephone number, facsimile number, email address if available, Taxpayer Identification Number, Cage Code and DUNS number. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. Solicitation Number: W9128A-08-T-0018 is issued as a Request for Quotation (RFQ). 2. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. 3. This procurement is set-aside for small business. The NAICS code, SIC code and size standard for this procurement are 541990, 8713, $6.5M. 4. Contract Line Items: CLIN 0001 – Contractor shall provide all management, labor, equipment, tools, materials, and supplies in accordance with the below Scope of Work entitled, "Scope of Work for Kaumalapau Breakwater Site Study Multibeam Investigation", dated 14 May 2008. Performance Period: See Scope of Work, Schedule. 1 LS @ $____________ 5. See Scope of Work at the end of this document, paragraph 15. 6. Period of performance: 65 days ADC 7. A statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 8. A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 9. A statement that the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. 10. A statement that the clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 11. Offers are due: 17 June 2008 Time: 2:00 p.m., Hawaiian Standard Time Place: U.S. Army Corps of Engineers, Honolulu Engineer District, ATTN: CECT-POH-S, Fort Shafter, Hawaii 96858-5440 Email Offer Authorized: linda.n.oshiro@usace.army.mil Fax Offer Authorized: 808-438-8588 12. Point of Contact: Linda Oshiro 808-438-8572, linda.n.oshiro@usace.army.mil 13. Scope of Work: SCOPE OF WORK FOR KAUMALAPAU BREAKWATER SITE STUDY MULTIBEAM INVESTIGATION dated 14 May 2008 1. BACKGROUND. The U.S. Army Corps of Engineers, Honolulu District is conducting a survey of the post-construction underwater portion of the Kaumalapau Breakwater in Lanai, Hawaii as part of the Monitoring of Completed Navigation Projects (MCNP) Program. Multibeam surveys will provide detailed bathymetry of these areas. Backscatter information derived from the multibeam survey will be used for bottom classification. The breakwater surface is composed of concrete armor units, as well a stone toe buttress on the oceanside and stone berm on the harborside. Depths of the structure toe range from 15 to 75 feet below Mean Lower Low Water (MLLW) datum. 2. SERVICES TO BE PROVIDED. Services to be provided for this purchase order includes furnishing all equipment and personnel required to complete multibeam survey investigations of the submerged portion of the Kaumalapau Breakwater. a. Survey Area. The survey limits will include the below water portions of the Kaumalapau Breakwater including the armor units, harborside toe berm, oceanside toe buttress, oceanside excess stone disposal areas, and structure tie-ins to existing rock (oceanside) and wharf (harborside). Contractor shall acquire survey data at a time when tide is at Mean Sea Level (MSL) or greater to cover as much of the below water breakwater as possible. b. Contractor-Provided Services and Operations. The Contractor will furnish the survey boat and crew, survey control, and fathometer information, as well as operate the multibeam system capable of producing high-resolution backscatter data, collect, process, and interpret all data. (1) Multibeam Operations. The Contractor shall provide and operate a multibeam system capable of collecting data under the conditions present in this project. The system shall be comparable to the Reson 8125 ultra high resolution multibeam system. The Contractor shall select the survey parameters including vessel speed, survey patterns, track intervals and alignment, and operational methods necessary to obtain sufficient data to compile a complete map of the area that maintains high resolution of features on the structure, including backscatter. Track line spacing shall be set so that adequate overlap is obtained to mask the nadir. Survey accuracy shall be Class 1. All horizontal control shall reference Hawaii State Plane Zone 2 (US Survey Feet), NAD83 HARN (1993). All vertical measurements will reference MLLW (US Survey Feet). (2) Backscatter. The Contractor shall extract and analyze high-resolution backscatter data from the multibeam survey using a post-processing package to determine the material type of surfaces within the survey area. The goal of the classification is to specify the surface material type in accordance with the following categories: Concrete Armor Units Sand (D50 < 2mm) Gravel (D50 = 2mm-10mm) Rock (3) Minimum Vessel Requirements. A vessel large enough to have a multibeam sonar mounted on the deck and sufficient space to store data acquisition equipment including computers and monitors away from sea spray and rain must be available (minimum length of 40 ft and a min. cabin space of 75 sq. ft.). The vessel must have adequate horsepower (min. 500hp), fuel capacity, and cruising speed (min. 15 knots) to make a timely transit from Oahu to Lanai, Hawaii and return. The vessel must also be U.S. Coast Guard certified. c. Report. The Contractor shall prepare a report that will primarily contain results of the investigations. This report shall include a brief summary of the investigation purpose, methods utilized, and a description and plot of the location where investigations were made. Results of the investigation shall be described in sufficient detail to provide a non-technical reader with a basic understanding of the interpretations. Drawings depicting elevation differences shall be printed in color using a scheme that provides good distinction between different elevations at a suitable scale for depicting the digitized information. Backscatter drawings may be portrayed as black and white. The maps shall be geo-referenced with enough control so that the location of items of interest can be obtained. The boundaries of the as-planned survey area shall be depicted on the maps. Track lines shall be identified on a separate drawing. Fathometer data collected during the investigations shall be contoured at 2-foot intervals and added to the plan and track line drawings. The maps shall include a vicinity map of the area, as well as a legend. The maps shall be readily understandable and have sufficient information for direct inclusion into future reports. Drawings for the region to be investigated will be presented on 11x17 paper. Deliverables shall include a track line map, 2D color contour map with black contours, and a backscatter map. 3. SCHEDULE. These investigations are to be accomplished during the window between 23 June and 21 July 2008. The Contractor shall complete all services under this purchase order in accordance with the following schedule: Safety Plan (with quote) 0 calendar days after award (10%) of work completed; Investigations and Post Processing 30 calendar days after award (25%) of work completed; Draft Report 45 calendar days after award (50%) of work completed; and Final Report 65 calendar days after award (100%) of work completed. 4. WORK DELAYS. a. Contractor Work Delays. Should the Contractor be unable to operate due to Contractor equipment failure or Contractor personnel illness, then the Contractor shall provide, at no additional cost to the Government, an additional day of services for each Contractor day lost. b. Weather Delays. Contractor shall plan dates of travel to project site and data collection within a minimum 8-day “window” so that if high winds or swells are forecasted during part of this timeframe, dates for data collection can be adjusted slightly to accommodate changing weather patterns. Contractor shall be expected to acquire data during this pre-identified period unless conditions are determined to be extreme by both the Contractor and the Government. 5. SAFETY REQUIREMENTS. The U.S. Army Corps of Engineers “Safety and Health Requirements Manual” EM 385-1-1, which describes the required safety plans and forms may be found at the following web site http://www.usace.army.mil/net/usacepdocs/eng-manuals/em 385-1-1/toc.htm. The Contractor is required to submit an Accident Prevention Program Administrative Plan (POD Form 248-R (Rev) 1 Jun 98) and an Activity Hazard Analysis (POD Form 184-R (REV) 22 Apr 91) to the Government Representative for review and acceptance within two (2) days following award. The Contractor shall not begin work until the Accident Prevention Program Administrative Plan and Activity Hazard Analysis have been reviewed and accepted by the Government. Please that when a medical facility or physician is not accessible within five (5) minutes of injuries to a group of two (2) or more employees for the treatment of injuries, at least two (2) employees must be first aid and cardiopulmonary resuscitation (CPR) certified from American Red Cross, its equivalent, or a licensed physician. The certificate shall not be older than three years from date of issue, unless specified otherwise by the issuing agency. In addition, the Contractor shall be required to submit with the Accident Prevention Program a live boating plan and a foul weather contingency plan. SUBMITTALS. The Contractor shall submit the following with the safety plan above: a. Quality Control Plan (QCP). The Contractor shall prepare and submit a QCP. The QCP shall be in accordance with the Engineering Regulation (ER) 1110-1-12, “Quality Management” and shall address the following: (1) Management Philosophy. Management approach and methodology to be followed during performance of the work. (2) Management Structure. Description of roles and responsibilities. (3) Design Tools. Tools, such as computer programs, to be used in the execution of this purchase order. (4) Scheduling. The sequence of events involved in carrying out the specific tasks. Clearly show the review and correction periods scheduled prior to submittals. Schedules may be submitted using Microsoft Word© software. (5) Communication. Discuss the methods by which clear and accurate communications are to be achieved, names of authorized parties to request modification of the work, and how these modifications will be coordinated and documented. b. Reports. The Contractor shall provide CEPOH (US Army Corps of Engineers Honolulu District) with two copies of a draft report and six (6) bound copies of the final report. Full sets of drawings shall accompany each report for both draft and final versions. (1) Report Format. Text will be prepared with Microsoft Word© software format (version 2000 or later) and processed and printed on 8-1/2-inch by 11-inch laser quality paper. Tables shall be prepared in Microsoft Excel© spreadsheet or as approved. Drawings for survey region shall be printed on 11- by 17-inch paper. Full-size drawings will be prepared for the survey area, and made into standard page sizes or foldouts in accordance with District standards. For all text and graphics, the Contractor shall provide a CD format for both the draft and final reports, along with the required number of hard copies. The final drawings shall be submitted in both.pdf format as well as other format that enables subsequent use and modification of the drawings for other means. Multibeam data (X,Y,Z, and Backscatter) shall be supplied in ASCII format on CD or DVD. (2) Report. Contents of the report shall include, but not be limited to, the items listed in paragraph 3.c, Report. The report cover shall include: • Corps of Engineers symbol • Reference to the Honolulu District • Project Title • Date of Report • Name of the private contract engineering firm conducting the work SAFETY OFFICE ADDRESS AND POINT OF CONTACT: U.S. Army Engineer District, Honolulu Safety & Occupational Health Office ATTN: Mr. Jeff Cochran (CEPOH-SO) Fort Shafter, Hawaii 96858-5440 Telephone Number: (808) 438-1316 6. GOVERNMENT FURNISHED MATERIALS. The Government will furnish the following: Necessary project drawings and information for the Contractor’s familiarization. 7. CODES AND STANDARDS. Services accomplished under this purchase order shall comply with the latest codes, standards, and regulations applicable to the services requested. 8. METADATA. Any data, database(s) and/or geospatial data produced through this task order must be documented through the preparation of standard metadata (data about data) descriptions. The Contractor shall ensure that the metadata delivered is compliant with the Federal Geographic Data Committee (FGDC) Standard “Content Standard for Digital Geospatial Metadata”, FGDC-STP-001-1998. A free copy of this standard is available at http://www.fgdc.gov/standards/documents/standards/ metadata/ v2_0698.pdf. 9. GOVERNMENT REVIEW. CEPOH will furnish written review comments on the data and report submitted within ten (10) calendar days of receipt of the submittal. These comments shall be incorporated into the final report or submittal if they are within the scope of the work. If any review comments are unclear and require clarification and/or amplification to assure compliance, the Contractor shall furnish a written response of compliance or non-compliance. Justification for each instance of non-compliance shall be provided. Exceptions to review comments shall be submitted for approval within five (5) calendar days after receipt of comments. 10. POINT OF CONTACT(S). The Contractor shall assign a project manager (PM) to act as a primary point of contact (POC). The PM shall be responsible for the coordination of the work developed under the purchase order. Upon award of this purchase order, the Contractor shall immediately advise the Technical POC in writing of the individual so designated. The Contractor will be in contact with multiple Government POCs. Government POCs under this purchase order are as follows: a. Project Manager: Jessica Podoski, (808) 438-1680, jessica.h.podoski@usace.army.mil The Contractor shall appoint a Point of Contact (POC) for all work under this purchase order. The Government POC is Jessica Podoski, telephone number (808) 438-1680. The alternate Government POC is Thomas Smith, telephone number (808) 438-0581. b. The Contracting Officer Representative is: Eric Li U.S. Army Corps of Engineers, Honolulu District Civil Works Technical Branch Fort Shafter, Hawaii 96858-5440 Tel: (808) 438-8862 Email: Eric.h.li@usace.army.mil 11. ADDITIONAL SERVICES. The Contractor shall not perform any services under this purchase order that are considered by the Contractor to be a change in work or services required by this agreement without the written approval of the Contracting Officer. 12. CORRECTION OF UNSATISFACTORY WORK. The Contracting Officer’s Representative maintains the right to reject any work that is found to be in error, incomplete, illegible, or in any way not conforming to the specifications outlined in the contract. The Contractor shall be liable for all costs in connection with correcting such errors. 13. USE OF INFORMATION. The information developed, gathered, assembled, and reproduced by the Contractor or his subcontractors, or their associates, in fulfillment of the purchase order requirements as defined in or related to the Scope of Work, will become the complete property of the Government. Therefore, the Contractor shall not use the information for any purpose at any time without the written consent of the Contracting Officer. 14. RELEASE OF INFORMATION. Reports and information generated under this contract become the property of the Government and distribution by the Contractor to any source, for any purpose, at any time, without the written consent of the Contracting Officer is prohibited. 15. PAYMENTS. The Contractor shall submit invoices indicating the actual work or services performed to date in accordance with paragraph 3 (Schedule) for approval by the Government. Payment will be made according to the payment clause, FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (Oct 2003). 16. CONTRACTOR RELEASE. The Contractor shall submit a written “Release of Claims” signed by the Contractor’s company president, with the final invoice for services rendered under the terms of this purchase order.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13ca57c23a4fadc1ec45d13d7695b1e4&tab=core&_cview=1)
 
Record
SN01586348-W 20080606/080604215055-13ca57c23a4fadc1ec45d13d7695b1e4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.