Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

C -- Indefinite Delivery Type Architect-Engineer Contract for Topography and Photogrammetry Surveying Services

Notice Date
8/11/2009
 
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, Portland, Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N09R0073
 
Response Due
9/10/2009
 
Archive Date
11/9/2009
 
Point of Contact
Barbara White, 503-808-4621<br />
 
E-Mail Address
Portland District, US Army Corps of Engineers
(barbara.a.white@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W9127N09R0073. REQUEST FOR SYNOPSIS INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR TOPOGRAPHY & PHOTOGRAMMETRY SURVEYING SERVICES 1. CONTRACT INFORMATION. Land Surveying services are required to support the U.S. Army Corps of Engineers civil works mission in the Pacific Northwest. An architect-engineer (A-E) indefinite delivery contract will be awarded under this solicitation. The contract shall be for a base period of one year at $1,000,000. The contract shall contain the option of four additional periods of one year, at $1,000,000. each. An option period may be exercised at the discretion of the Government before expiration of the previous period. The maximum of each task order will not exceed the annual contract amount. The estimated start date is December 2009. The contract will be available for use by other USACE elements. Work under this contract will primarily take place throughout Oregon and Southwest Washington, with possible work in other locations as may be assigned to Portland District. The contract will be available for use by other USACE elements. This announcement is open only to service disabled veteran owned small businesses. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contract Registry (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Help Line at 1-888-227-2423. 2. TYPICAL SERVICES. This is primarily a Land Surveying services contract. Project sites include concrete and earthfill dams, jetties, levees and floodways. Work under this contract can include, but not be limited to, any or all of the following: Photogrammetry (aerotriangulation, stereo compilation, orthophotography) land surveying to support aerial missions and hydrologic analysis, cartographic mapping, mapping, charting, and boundary surveying. 3. MICROSTATION COMPLIANCE. The selected firm must be able to provide maps and drawings on a computer aided design and drafting (CADD) system in current Microstation format fully compatible to that utilized by Portland District and in full adherence to current Corps CADD standards. Portland District utilizes Bentley Microstation for its design process. If maps and drawings are converted from another design package to Microstation, all conversions shall be made prior to delivery of any submittal. Maps and drawings may be submitted in other design package formats if pre-approval has been obtained from the Portland District CADD manager. A copy of the current standards may be requested from the Portland District CADD manager, Jim Sherman, at James.M.Sherman@usace.army.mil or telephone (503) 808-4826. All questions regarding standards compliance may be directed to the CADD manager. 4. GEOGRAPHICAL INFORMATION SYSTEMS (GIS) COMPLIANCE. The selected firm must be able to produce GIS data that meets U.S. Army Corps of Engineers mandated Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). A free copy of this software is available at the Corps CADD/GIS Technology Centers website. These GIS files must be fully compatible with the Portland District Enterprise GIS (EGIS) System which utilizes Environmental System Research Institute (ESRI) Geodatabase format. All geospatial data must also 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 Geographical 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/stanards/documents/standards/metadata/v2_0698.pdf. Geospatial data must also conform to the FGDC ESRI ArcCatalog Metadata Form, filling in at a minimum, all required fields identified in the FGDC ESRI Stylesheet. 5. SELECTION CRITERIA. Selection for this contract will be based upon the following criteria listed in descending order of importance. Criteria a through e are primary. Criteria f and g are secondary, and will only be used as tie breakers among technically equal firms. a. Specialized Experience. Subcriteria (1) (4) are of equal weight. Respondents shall provide relevant demonstrated specialized experience for the last 3 years for each subcriteria. (1) Surveying Services. The Contractor shall be equipped to perform the following survey work: deformation surveys including trilateration and GPS boundary and right-of-way surveys; 2nd and 3rd order horizontal control surveys that meet the National Oceanic and Atmospheric Administration (NOAA) standards or Federal Geodetic Control Committee (FGCC) standards; 2nd and 3rd order differential leveling that meet NOAA standards or FGCC standards; 4th order horizontal control and differential leveling; bathymetric surveys (across rivers, from jetties, and oceanward from the beach); Preliminary and Location line layout, and As-Built surveys for dams, structures, highways/roads, railroads, revetments, levees, and transmission lines; cross- sectioning and slope work, including river soundings, as part of cross-section surveys; aerial premarks (Targets) for photo control; and topographic mapping. (2) Aerial Photography. Demonstrated ability to deploy to project sites throughout Oregon and Southwest Washington on very short notice to take advantage of short weather windows, especially along the coast(s). The selected firm shall be equipped with 6-inch and 12-inch focal length analog aerial mapping cameras, forward motion compensation, airborne GPS, and aircraft capable of flight at altitudes ranging from 1,000 to 25,000 feet. Experience planning and executing coastal photography missions with tide and sea state requirements is necessary. Evaluation criteria, of equal weight, are as follows: Demonstrated Relevant Experience. Locality to Project Site. 6 and 12 Focal Length Cameras. Forward Motion Compensation Equipped. Airborne GPS. Altitude Range. (3) Photogrammetry. Photogrammetry requested under this contract will be almost exclusively related to water resources. Demonstrated ability to plan and delivery accurate high-quality data of jetties, where ground control is difficult, is required. Local knowledge of the region for mission planning is required. Other tasks required under this contract include flight planning and review of Government generated flight plans, ground control planning, and coordination and certification of work by a professional Photogrammetrist, Land Surveyor, and/or Engineer. Deliverables under this contract will include, but not be limited to, Microstation compatible CADD files, ERSI ArcGIS compatible shapefiles and geodatabases, tiled and mosaiced orthophotography (TIFF, JPEG, MrSID). Evaluation criteria, of equal weight, are as follows: Demonstrated Relevant Experience Jetty experience. Local knowledge of region applicable to mission planning. Flight planning experience. Microstation and ArcGIS compatibility. (4) Land Surveying. Land survey tasks under this contract will primarily be associated with boundary, topographic, deformation monitoring control and ground-truth of aerial survey data. GPS surveying as well as conventional methods may be required to complete tasks. Additional data to supplement remotely sensed data may also be requested under this contract. Experience with shallow water bathymetry (stream cross-sections) may be required. All survey data acquired under this contract must be supervised, reviewed, and certified by a Professional Land Surveyor. Evaluation criteria, of equal weight, are as follows: Demonstrated Relevant Experience. GPS survey capability. Conventional survey equipment. Hydrologic cross-section experience. b. Professional Qualifications. Professional qualification of key personnel to be assigned to this contract will be evaluated, taking into consideration education, professional registration and/or licensure, and longevity of relevant experience. The following disciplines will be evaluated: Professional Land Surveyor, Project Manager, Professional Photogrammetrist, and Licensed Civil Engineer. c. Past Performance. Past performance on Government and private industry contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity and Management. The capacity to perform multiple task orders concurrently in the required time, flexibility to add resources when required, and strength of project management to include communications, project tracking, and issue resolution will be clearly documented. e. Knowledge of Locality. Knowledge of Portland District regional geographic area to ensure knowledge of local site conditions and ability to ensure timely response to unanticipated requests for on-site support. f. Volume of DOD Work. In the event of a tie, the volume of DOD contract awards within the last 12 months will be evaluated. g. Geographical Proximity. In the event of a tie, the general proximity of firm with regard to the Portland District when compared to the proximity of other submitters will be evaluated. 6. ADMINISTRATIVE. A-E firms which meet the requirements described in this announcement are invited to submit one copy of Part I and Part II of the SF 330 (6/2004) for the prime and all consultants, to the below address not later than close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business of the next business day. Address for submission is USACE Portland District, Attn: CENWP-CT-C, 333 SW First Avenue, Portland, OR 97204-3495. This procurement is unrestricted. Technical questions should be directed to Paul Cedfeldt (503) 808-4856. Administrative questions should be directed to Kathleen Seitz (503) 808-4628. This is not a request for proposal. Solicitation packages are not provided. Reference W9127N-09-R-0073.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N09R0073/listing.html)
 
Place of Performance
Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR<br />
Zip Code: 97208-2946<br />
 
Record
SN01907456-W 20090813/090812001052-6e768d78cac6d7b21405aeb717413f27 (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.