SOLICITATION NOTICE
C -- Indefinite Delivery Contract for surveying and mapping services for various projects primarily within the St. Paul District boundaries for all or portions of MN, WI, ND, SD, and IA.
- Notice Date
- 8/20/2009
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- W912ES-09-R-0035
- Response Due
- 9/21/2009
- Archive Date
- 11/20/2009
- Point of Contact
- Dawn Linder, 651-290-5407
- E-Mail Address
-
US Army Engineer District, St. Paul
(dawn.m.linder@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: This contract 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. Architect-Engineering services are required for an Indefinite Delivery Type Contract for surveying and mapping services for various projects primarily within the St. Paul District boundaries for all or portions of MN, WI, ND, SD, and IA. However, individual task orders may be for work in other Districts within the continental United States. The indefinite delivery contract (IDC) is anticipated to be awarded by January 2010 with a base period of performance not to exceed $300,000, and four option performance periods not to exceed $300,000 each. Each performance period shall not exceed one year. The contract amount will not exceed $1,500,000.00 over the life of the contract. This procurement is 100% Small Business Set Aside. North American Industrial Classification System (NAICS) code is 541370, which has a size standard of $4,500,000 in average annual receipts. Work under this contract is subject to satisfactory negotiation of individual task orders. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or the performance period expires, whichever occurs first. Work will be issued by negotiated firm fixed-price task orders. The District currently has, and may award, future IDIQ contracts to perform work that may also be encompassed by this announcement; the following factors will be considered in deciding which contractor will be selected to negotiate an order: Performance, capacity to accomplish the order in the required time, specialized experience, and the equitable distribution of work. 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. 2. PROJECT INFORMATION: The services to be accomplished include the full range of surveying and mapping activities associated with the planning, design and construction of features such as locks, dams, levees, channels, and breakwaters. Use of the metric system of measurement may be required for some deliverables under the proposed contract. Rates will be negotiated for each 12-month period of the contract. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-g are secondary and will only be used as tie-breakers among technically equal firms. a) Specialized experience and technical qualifications: (1) performing field surveys and survey notes, topography, cross sections, structure sketches, soundings, alignment and settlement surveys, construction surveys, land surveys, horizontal and vertical control networks and surveying computations; (2) generating survey data in a computer format that can be directly imported into the St. Paul District CAD system; data forms may include ASCII point datasets, total station data output, drawn graphics in standard Intergraph IGDS format, and digital terrain models produced from topographic surveys; (3) preparing drawings from surveys that represent the accomplished field work, and plotting hard copies; (4) preparation of drawings using computer-aided drawings (CAD) and delivering the three-dimensional drawings in Bentleys MicroStation software, release 8.x or higher, and Microsoft Windows electronic format. Drawings must be in compliance with A/E/C CAD Standards. Drawings must be delivered in PDF format. The SF 330 submitted by the contractor shall clearly delineate the type of CAD equipment hardware and software intended for use on this contract, the years of operating experience by the appropriate personnel using the CAD system, and the conversion/translation methods to be used. The contractor shall provide references to other projects that they have completed using the stated CAD system. The Government will only accept the final product for full operation, without conversion or reformatting, in the target CAD software format, and on the target platform specified herein. The target platform is an Intel-based computer operating with Microsoft Windows operating system. The St. Paul District has been using ProjectWise as an Electronic Document Management System. There is a possibility of using ProjectWise. (5) specialized expertise in acquiring and producing high-resolution topographic data products from LIDAR and IFSAR sensors. Experience shall demonstrate developing Digital Elevation Models (DEMs) in ArcInfo GRID format, Triangulated Irregular Networks (TINs), vector contour data, and raw ASCII data sets from these sensors. (6) quality management. b) Professional capabilities including qualified registered professional personnel in surveying and mapping. The evaluation will consider the management structure; coordination of disciplines, offices and subcontractors; and quality control plans. Evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. c) Past performance on DOD and other contracts with respect to quality of work, cost control and compliance with performance schedules. d) Capacity of the firm to perform the above-mentioned work in the required time. e) Knowledge of surveying in snow and ice conditions and on lakes and rivers. f) Location of the firm in the general geographic area of the St. Paul District including the office location of each person named to work on this contract. g) Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. The last two factors (f and g) will only be applied as tie-breakers, if needed, among the technically most qualified firms; A metadata file compliant with the Federal Geographic Data Committee (FGDC) Content Standards must be provided for Digital Geospatial data. The COE will provide a FGDC compliant Metadata package to generate these files upon request by the Contractor. SUBMISSION REQUIREMENTS: Submittals shall be sent to: US Army Corps of Engineers, St. Paul District, CEMVP-CT/Dawn Linder, 190 5th Street East, St. Paul, MN 55101-1638. GENERAL INSTRUCTIONS: Interested firms having the capabilities and qualifications to perform this work must submit three copies of the SF 330 Part I and II for the prime firm and all consultants to the above address no later than 3:00 pm CST on September 21, 2009. (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). No submittals will be accepted after the time and date specified above. The SF 330 should be complete and specifically address the requirements of this announcement. The firm shall present a proposed organization chart and a narrative describing how the organizations will function. Those functions to be subcontracted out and to which location shall be clearly identified and at what office (specify the address of the office and key person that is assigned there). Include in your submittal the firm's DUNS number in SF 330, Section C, Block 12. Address all Selection Criteria in descending order of importance, as defined in Section 3 of this announcement, in SF 330, Section H. This is not a request for proposal. Solicitation/bid packages are not provided. The SF330 Part 1 shall not exceed 50 pages (8.5x 11), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 10 font type. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, you can obtain one on line at www.dbn.com/us/duns_update. Cover letters and extraneous materials are not desired and will not be considered. Facsimile transmissions will not be accepted. Personal visits to discuss this contract will not be scheduled. Questions should be emailed to US Army Engineering District, St. Paul, MN Contracting Division dawn.m.linder@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-R-0035/listing.html)
- Place of Performance
- Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
- Zip Code: 55101-1638
- Zip Code: 55101-1638
- Record
- SN01920692-W 20090822/090821002012-cb5e4b7a6eeacc1e8fd29bf9256540c6 (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 |