Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2009 FBO #2685
SOLICITATION NOTICE

C -- Architect and Engineering (A-E) Services for Remote Sensing, Mapping, and Surveying Services to Support the Jacksonville District and the South Atlantic Division, U.S. Army Corps of Engineers

Notice Date
4/1/2009
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Jacksonville, US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-09-R-0023
 
Response Due
5/1/2009
 
Archive Date
6/30/2009
 
Point of Contact
Manuela Voicu, 904-232-2757<br />
 
Small Business Set-Aside
Partial Small Business
 
Description
This contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Interested parties must submit an expression of interest in accordance with the instructions in this Synopsis: This announcement will result with at least two (2) awards being made on a combination of HUBZone Set-Aside and Small Business Set-Aside. It is the intent of the Government to initially award one (1) contract from the HUBZone set aside and one (1) from the Small Business Set-Aside. All firms responding to this announcement MUST identify in which category they are submitting. All firms must state the words (Small Business Set-Aside) or (HUBZONE) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF330) MUST be submitted for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. Only firms considered highly qualified will be awarded a contract. The contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years. While the estimated dollar amount per year is $500,000.00, the actual obligation per year may be greater than or less than the $500,000.00. Maximum order limit is $2, 500,000 for the life of the contract, including options. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contract may be used to provide services within the geographic boundaries of the other U.S. Army Corps of Engineers districts within the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: The work will consist of remote sensing, CADD/GIS mapping services, and topographic, geodetic, property/boundary, and hydrographic surveying to support planning, engineering design, construction, operations, and maintenance of civil works projects. Some of the services are of the following types: topographic and hydrographic LIDAR; collection of aerial imagery for large and small photogram metric mapping utilizing digital aerial cameras; orthophoto generation; multi/hyper spectral imagery; CADD/GIS; construction layout and alignment surveys; real estate boundary, property, and tidal surveys; beach profiles; horizontal and vertical geodetic control surveys; ground penetrating radar and vacuum excavation for utility location; ground based laser scanning; near-shore and offshore hydrographic surveys; seabed classification; side scan sonar; sub-bottom profiling; acoustic Doppler current profiling; magnatometry. FACTORS FOR EVALUATION IN DESCENDING ORDER OF IMPORTANCE ARE: A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The A-E shall demonstrate that all expertise requirements are reflected on key personnel resumes. Include a detailed list of field equipment, platforms of operation (vessels, aircraft, airboats, amphibious vehicles, etc.), and sensors (to include data collection systems, positioning, motion sensing, navigation, etc.). (1) Remote Sensing The A-E shall specifically demonstrate the following expertise: i) the collection and processing of topographic lidar data into various mapping products including elevation models, surface models, TINs, Terrains and contours for large and small scale mapping projects with varying requirements for altitude, resolution, and accuracy; ii) ability to deliver data in Lidar Interchange Format (LAS) with classification and all other attributes supported by the sensor appropriately populated; iii) collection of aerial imagery for large and small photogram metric mapping utilizing digital aerial cameras, analytic aerotriangulation, and softcopy feature compilation; and iv) orthophoto generation. Any specialized experience in bathymetric lidar for elevation models and/or seabed classification, or multi/hyperspectral imagery for ground cover or seabed classification considered a plus. (2) CADD/GIS The A-E shall specifically demonstrate the following expertise: i) InRoads for surface modeling, volume computations, and alignments; ii) InRoads Survey feature code utilization and processing; iii) HYPACK for hydrographic data processing and volume computations, iv) using ArcGIS and associated extensions; v) building, populating and delivering personal, file and multi-user geodatabases that conform to the Spatial Data Standards for Facilities, Infrastructure and the Environment (SDSFIE) used by the Department of Defense; vi) developing and implementing geoprocessing scripts using Python, C++ or other development frameworks supported by ESRI under ArcGIS 9.3 or later; vii) developing, implementing, and maintaining web-pages and web portals; viii) MicroStation; ix) CADD conversion and CADD / GIS interoperability; and xi) SDSFIE (Spatial Data Standard) and AEC (Architectural Engineering CADD Standard) compliance. (3) Topographic Surveying The A-E shall specifically demonstrate the following expertise: i) large scale surveying/mapping, data processing, and related drafting for detailed design and construction of major civil site engineering projects; ii) construction layout and alignment surveys; iii) operating survey-grade GPS units; iv) real estate boundary, property, and tidal surveys; v) beach profiles including topography and near-shore bathymetry, shallow water bodies, levees, canals, breakwaters, groins, embankments, and other similar structures; and vi) horizontal and vertical geodetic control surveys. Any specialized experience in ground penetrating radar, vacuum excavation for utility location, and ground based laser scanning considered a plus. (4) Hydrographic Surveying The A-E shall specifically demonstrate the following expertise: i) hydrographic surveys for small and large scale inland waterways and harbor construction and maintenance utilizing HYPACK with single-beam (both single and dual frequency) and multibeam, to include project condition, measurement and payment, and acceptance of completed work; ii) RTK GPS horizontal and vertical positioning of vessel; iii) Extended range RTK GPS or PPK GPS horizontal and vertical positioning of final data; and iv) offshore beach profile and borrow/disposal area surveys. A minimum of one 20 to 30 foot hydrographic survey vessel with cabin and trailer is required. Any specialized experience in seabed classification, side scan sonar, sub-bottom profiling, acoustic doppler current profiling, and magnatometry considered a plus. B. QUALIFIED PROFESSIONAL PERSONNEL: A resume is required for each person, showing relevant education and training, as well as experience within the last five years. Note one individual possessing the required expertise of more than one discipline is acceptable but the resume must clearly demonstrate meeting the required length of experience of each discipline. (1) Remote Sensing Key personnel having a bachelors or masters degree from an accredited university in geomatics or related field, professional license (including intern EIT, SIT /LSI), certified photogrammetrist, or related certification considered a plus. The minimum number of key personnel required and minimum years experience is shown in parentheses for the following disciplines. Party Chief/Instrument Operator (1 - two years experience); and Aircraft Operator (1 - two years experience). (2) CADD/GIS Key personnel must have a bachelors or masters degree from an accredited university in Geographic Information Systems, geography, cartography, physical science, hydrology, general engineering, or related field. Key personnel having a GIS certification or being an ESRI certified trainer considered a plus. The minimum number of key personnel required and minimum years experience is shown in parentheses for the following disciplines. Surface Modeler (1 five years experience); GIS Analyst (1 five years experience); Geographic Data Processor (1 two year experience); Geographic Data Entry Specialist (1 one year experience); Database Manager (1 five years experience) System Administrator (1 five years experience); Application Programmer (1 five years experience); Web Administrator (1 five years experience); and Web Programmer (1 five years experience); CADD Drafter (1 one year experience). (3) Topographic Surveying Key personnel having a bachelors or masters degree from an accredited university in geomatics or related field, professional license (including intern EIT, SIT/ LSI), or related certification considered a plus. The minimum number of key personnel required and minimum years experience is shown in parentheses for the following disciplines. Party Chief (2 - two years experience); and Instrument Operator (2 - one year experience). (4) Hydrographic Surveying Key personnel having a bachelors or masters degree from an accredited university in geomatics or related field, professional license (including intern EIT, SIT/LSI), certified hydrographer, or related certification considered a plus. The minimum number of key personnel required and minimum years experience is shown in parentheses for the following disciplines. Party Chief/Instrument Operator (1 - two years experience); and Boat Operator (1 - one year experience). (5) Project Management Key personnel must have a bachelors or masters degree from an accredited university in Geographic Information Systems, geography, cartography, physical science, hydrology, engineering, geomatics, land surveying, or related field. Key personnel must have a professional license in Engineering or Land Surveying; certification as GISP, Photogrammatrist, Hydrographer, or PMP considered a plus. At least one key personnel must have a professional license for Land Surveying in the State of Florida. At least one key personnel must have a professional license for Land Surveying in Puerto Rico. The number of key personnel required and minimum years experience is shown in parentheses for the following disciplines. Project Manager (1 ten years experience). C. CAPACITY TO ACCOMPLISH THE WORK: Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates, to include emergency response following significant storm events. D. PAST PERFORMANCE: Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information for current relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span.) Submit information for all relevant contracts and subcontracts started or completed within the past 5 years (measured from the date of this synopsis). Firms may include supporting information in the proposal, such as letters of commendation from clients, on past performance on recent similar contracts. Include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Past DOD performance data available to the Government through the A-E Contract Administration Support System (ACASS) will also be evaluated. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY: E. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. F. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Florida with lower mobilization and demobilization costs will be given preference, provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit one copy of SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), and one separate copy of SF 330, Part II, for the firm or joint venture and each subcontractor. Submittal packages must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on 01 May 2009. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR's web site may be accessed at http://www.ccr.gov.) Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. The NAICS code is 541370. The size standard is $4, 500,000. Responses to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, 701 San Marco Boulevard, Jacksonville, FL 32207-8175, or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, P.O. Box 4970, Jacksonville, FL 32232-0019. NOTE: If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, persons hand-delivering offers should call the contract specialist whose name appears in the procurement and ask the specialist to send someone to the security desk to take possession of the offer. This is not a request for proposal. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the Central Contractor Registration (CCR) database before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. Call 1-888-227-2423 for more information or visit the CCRs website at http://www.ccr.gov. You must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. Verbal requests for information must be directed to the Contract Specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be sent to the person identified as the Contract Specialist and may be sent via facsimile to 904-232-2748, Inquires and requests that are directed to any other person may not be relayed to the proper person and; therefore, may not be answered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3205515e9029aabdb30904bc2d09ad22&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL<br />
Zip Code: 32232-0019<br />
 
Record
SN01783266-W 20090403/090401221022-3205515e9029aabdb30904bc2d09ad22 (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.