Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2009 FBO #2768
SOLICITATION NOTICE

C -- Indefinite Delivery Contract (IDC),Geographic Information Systems (GIS)for the Fort Worth District (SWF) in Support of the Military, Civil Works, and Support for Others Missions within the Southwestern Division (SWD) Boundaries

Notice Date
6/23/2009
 
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, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G09R0152
 
Response Due
7/23/2009
 
Archive Date
9/21/2009
 
Point of Contact
Karen R. Smith, 817-886-1058<br />
 
E-Mail Address
US Army Engineer District, Fort Worth
(karen.r.smith@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION: The Fort Worth District, U.S. Army Corps of Engineers, requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of three Indefinite Delivery Contracts (IDCs). These IDCs are 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. See Numbered Note 24 for general information on the A-E selection process. A-E services are required to support the Corps of Engineers Military, Civil Works, and Support for Others missions within the Southwestern Division civil works and military boundary including all or parts of Arizona, Arkansas, California, Kansas, Louisiana, Missouri, Nevada, New Mexico, Oklahoma, and Texas. The North American Industrial Classification System Code is 541370, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8713. This announcement is a Small Business Set-Aside. This acquisition is subject to the Vietnam Era Veteran's Readjustment Assistance Act of 1972 and the Veterans Employment Opportunities Act of 1998. Any contractor awarded a contract under this solicitation will be required to submit a current VETS 100 Report. The IDCs will be administered by the Fort Worth District, U.S. Army Corps of Engineers, and may be issued up to one year after closing date of announcement. Each IDC will have a base period of twelve months plus two twelve month option periods. The total amount of the three contracts over the three-year ordering period may not exceed $9,900,000 ($3,300,000 per contract). The Guaranteed Minimum amount is $4,000 and the Maximum task order amount is $1,000,000. The first contract award is anticipated by February 2010. The firms selected must be capable of responding to and working on multiple task orders concurrently and must also have the capability of obtaining a secret clearance. To be eligible for contract award, the prime must be able to perform 50% of the work with it's own forces and be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.cr.gov or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Work will be issued by negotiated firm-fixed-price task orders. Considerations made in awarding individual task orders will include, but are not limited to, past performance on task orders issued under this contract, workload under this contract, technical capabilities related to the specific work contemplated, and price/cost. 2. PROJECT INFORMATION: No specific projects are identified at this time and funds are not presently available. The A-E shall have extensive knowledge and experience of spatial concepts and state-of-the art Geographic Information Systems (GIS) systems and the performance of complex spatial data management and analyses. A-E must be capable of the acquisition, storage, retrieval, analysis, manipulation, dissemination, display and management of geospatial data using a desktop or web-based platform; developing, managing, and manipulating digital data bases; developing and executing customized software applications; developing and executing computer modeling/simulations depicting end-state conditions; preparing maps and graphics; CADD conversion; CADD/GIS Interoperability; developing, implementing, and maintaining enterprise GIS systems; designing, implementing, and maintaining web pages and portals meeting DoD regulations; FGCD metadata standards compliance; SDSFIE (Spatial Data Standard) and AEC (Architectural Engineering CADD Standard) compliance; and on-site geospatial management. 3. SELECTION CRITERIA: See Note 24 for general selection criteria. Selection criteria for this acquisition are listed below in descending order of importance (first by major criterion and then by each sub-criterion), Criteria:(a)-(d) are primary criteria; items (e)-(g) are secondary and are used as tie-breakers among technically equal firms. (a) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. The A-E shall specifically demonstrate the following expertise: i) using ArcGIS and/or Web Services and associated extensions; ii) building and maintaining multi-user geo-databases in SQL and/or Oracle; iii) executing ArcGIS Server Enterprise for Oracle and SQL Server; iv) developing and implementing geoprocessing scripts using Python, Java, VB, Secure Socket Laser, VB.NET, C#(2005), Visual Basic, and AML; v) developing, implementing, and maintaining web-pages and web portals; vi) Microstation and AutoCADD; vii) CADD conversion and CADD / GIS interoperatability; vii) operating map survey-grade GPS units; viii) the ability to provide on-site GIS support to military installations or the District ; and ix) FGCD metadata standards compliance, and SDSFIE (Spatial Data Standard) and AEC (Architectural Engineering CADD Standard) compliance. (b) PROFESSIONAL QUALIFICATIONS: The A-E shall demonstrate that all expertise requirements are reflected on key personnel resumes at Section E, Part I, SF 330. Key personnel must have a minimum of a bachelors degree in Geographic Information Systems, geography, cartography, physical science, hydrology, general engineering, or related field, from an accredited university; and a minimum of five years experience. Key personnel having GIS certification or is an ESRI certified trainer is a plus. Following is a list of the key personnel and the minimum number required under this contract. Project Manager (1); GIS Analyst (2); Geographic Data Processor (1); Geographic Data Entry Specialist (1); Database Manager (1) System Administrator (1); Application Programmer (2); Web Administrator (1); and Web Programmer (2). A resume is required for each person showing relevant education, training, and experience within the last five years. (c) PAST PERFORMANCE. Past performance on DoD and other similar contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of the SF 330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. (d) CAPACITY. A management plan shall be presented in Section H which briefly addresses the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, prior relationships of the prime firm and any of their significant consultants on similar projects and a plan for providing on-site staff to military installations or other locations within 60-days of receiving a task order. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. Address the firm's capacity to perform multiple simultaneous task orders. (e) KNOWLEDGE OF LOCALITY. Knowledge of the locality of the anticipated work including geologic features, environmental conditions, climatic conditions, local construction methods, and obtaining permits. (f) SUBCONTRACTING: Firms must show extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of estimated effort. ALL OFFERORS who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: (1) Your goals for subcontracting with small and small disadvantaged businesses in sufficient detail to allow Government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the Government's policy to maximize opportunities for these types of businesses. (2) The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/minority institutions (HBCU/MI) have been identified for participation as part of the offeror's team. (3) The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. (g) VOLUME OF DOD CONTRACT AWARDS. In Section H, Part I, SF 330, firms must show their last twelve (12) months DOD contract awards stated in dollars. DOD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Dollars. Include a total of all listed awards. Note that award of IDCs should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts; 4. SUBMITTAL REQUIREMENTS. Submittals shall be sent to: US Army Corps of Engineers, Attn: Karen Smith, CESWF-CT, 819 Taylor Street, Suite 2A19, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit two copies of SF 330 (6/2004 Edition), to the above address not later than 3:00 p.m.(Central Time) on the response date indicated above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail WILL NOT be accepted. PERSONAL VISITS TO DISCUSS THIS ANNOUNCEMENT WILL NOT BE ALLOWED; (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no small than 10 font type using standard English. Front and back side use of a single page will count as two pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Fold outs are not allowed and shall not be considered. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes of the on-staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Section F, a maximum of ten projects including the prime and sub-consults will be reviewed. Use no more than one page per project; (d) In Section G, Block 26, include the firm and location the person is associated with. The names of all individuals included in the rsums in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime and each subcontractor as identified in Part I, Section C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities; clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3g above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of IDCs should not be counted as award amounts; only actual Task Orders. (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. Generally, describe the firms overall Design Quality Management Plan (DQMP). (A project-specific detailed design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past twelve (12) months) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II if the firm is a Large Business (LB), Small Business (SB), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB) or Woman-Owned Small Business (WOSB). To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $$4.5 million; (b) In Bock No. 4 of SF 330, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS, but a DUNS number specifically for the office performing the work. Each branch and/or office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting Karen Smith (817) 886-1058, or karen.r.smith@usace.army.mil; Technical - Eli Kangas, (817) 886-1924, or eli.a.kangas@.usace.army.mil. All firms may submit a SF 330 which will be considered. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G09R0152/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
Zip Code: 76102-0300<br />
 
Record
SN01853317-W 20090625/090623235845-d1ae88e3b53c8ec19366083b86146753 (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.