Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2009 FBO #2906
SOLICITATION NOTICE

C -- This is a synopsis for Survey and Mapping Services to support the National Park Service Intermountain Region. An Idefinite Delivery Indefinite Quantity Contract is expected to be negotiated awarded from this synopsis.

Notice Date
11/6/2009
 
Notice Type
Presolicitation
 
Contracting Office
IMR - Denver National Park Service12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
N1244100504
 
Archive Date
11/6/2010
 
Point of Contact
Pamela L. Kaelin Contract Specialist 3039876767 pamela_kaelin@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION:This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The selection criterion is identified below. The services will consist of related ground and boundary surveying services to support engineering, design operations, maintenance and construction of various projects located within the National Park Service's Intermountain Region using differential GPS and conventional survey techniques. The Intermountain Region supports all areas of National Interest in Colorado, Utah, Wyoming, Montana, Arizona, Texas, New Mexico, and Oklahoma. The Nation Park Service plans to negotiate and award an Indefinite Delivery Indefinite Quantity contract for these services with the most highly qualified firm. The contract will have one base year and four option years. The total contract value for all years is NOT TO EXCEED $2,500,000. Work will be negotiated as firm-fixed priced Task Orders. Task orders will generally be valued at $20,000 each. The minimum guarantee for the base year will be $2,000 and $2,000 for each option year, if the options are exercised. The contract is anticipated to be awarded in January 2010. The contract is SET ASIDE for SMALL BUSINESS. The applicable NAICS codes are 541360 Geophysical Surveying and Mapping Services and 541370 Surveying and Mapping (except Geophysical) with small business size standard of $4.5M. 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 employee's office location (not the location of the work). To be eligible for contract award a firm must be registered in Central Contractor Registration (CCR). Register at the website http://www.ccr.gov. PROJECT INFORMATION:The topographic survey projects include, but are not limited to; Mapping for water and waste water projects, drainage and hydraulic issues, surface and underground utility installation, road and trail improvements, and biological feature inventorying. Underground utility location will be required in preparation for many mapping projects. Most projects are located in remote areas. Work will be submitted in hard copy report format, hard copy F-size drawings (to standards set in the NPS Director's Order 10A), and Cadd format using Autocad V. 2007, and Civil 3-D softwares. Disciplines required include Topographic Surveying and Autocad Proficiency. Capacity to perform is estimated at about $500,000 annually. Work will be performed at the National Park Service Intermountain Units located in Colorado, Utah, Wyoming, Montana, Arizona, Texas, New Mexico, and Oklahoma. SELECTION CRITERIA:The following criterion is descending order of importance shall be used in the evaluation of the prospective firms: A.Specialized Experience and Technical Competence in projects considered similar to the projects that will be performed under this contact as described above. Evaluation will consider relevance of the experience and technical competencies. Those firms with more experience and technical competencies will be rated higher. B.Professional qualifications of the firm and staff proposed for performance of this contract. Evaluation will consider key personnel of the primary firm and subcontractors to be used in this contract in terms of a) professional registration (as required by states of project locations); b) education, training, relevant experience; c) awards, professional activities, and longevity with the firm; d) other relevant certifications; e) availability of an adequate number of personnel in the key disciplines (described above) -to ensure that the firm can meet the potential of working on multiple task orders. Firms providing resumes for individuals that possess more registrations, higher education, and extensive experience in similar projects will be rated higher. C.Past Performance on projects considered relevant to the work to be performed under this contract with respect to cost control, quality of work, and compliance with performance schedules, as determined from the Government's Past Performance Information Retrieval System (PPIRS) and other sources. Evaluation will consider the success of the identified relevant experience, technical competencies, and proposed personnel. Firms that demonstrate more than satisfactory past performance will be rated higher. D.Capacity to perform approximately $500,000 in work of the required type in one year. Firms that demonstrate meeting and exceeding this capacity will be rated higher. E.Knowledge of boundary and coordinate systems in states within the boundaries of the Intermountain Region. Firms that demonstrate greater knowledge of the areas within the region will be rated higher. F.Inventory of equipment or ability to obtain equipment necessary to perform the work described above. Firms that demonstrate the appropriate resources to meet the requirements of working on and in several locations at a time will be rated higher. G.Provide the firms overall design quality management plan (DQMP). An individual plan will be required for each new task order. Firms that demonstrate plans that clearly meet the requirements of the projects will be rated higher. Firms which meet the requirements described in this announcement are invited to submit a Letter of Interest and one set of completed Standard Form 330, and supporting documentation such as an organizational chart of key subcontractors and key personnel, key personnel resumes (of the disciplines identified above), inventory lists, and any other relevant information. Do not Exceed 20 pages total, with a minimum of 12 font per page. SUBMIT the above information to the following address before 4:00 p.m. MST, 8 Dec 2009. National Park Service: Attn: Pamela Kaelin (N1244100504) room 168C, 12795 W. Alameda Parkway, Lakewood, CO 80228 Standard Form 330 may be obtained at: http://www.gsa.gov/Portal/gsa/ep/formsWelcome.do?pageTypeId=8199Click on the Architect-Engineer Qualifications. Point of Contact:Pamela Kaelin - 303-987-6767 or pamela_kaelin@nps.gov. Facsimile transmissions will not be accepted and will be considered non-responsive. Contracting Office Address: 12795 W. Alameda Parkway, room 168CLakewood, CO 80228
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1244100504/listing.html)
 
Place of Performance
Address: Projects will be located within the National Park Service Intermountain Region. In the Park Units in the states of Colorado, Utah, Wyoming, Montana, Arizona, New Mexico, Oklahoma and Texas.
Zip Code: 80228
 
Record
SN01999482-W 20091108/091106235239-6c868b3e9c6e6ddd2870bcdccce4b15b (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.