Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
MODIFICATION

C -- Amendment 1-IDIQ A-E for Surveying and Photogrammetric and GIS Services for Military Installations and Civil locations for the use of the U.S. Army Corps of Engineers within the South Pacific Division (SPD) Boundaries

Notice Date
12/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-R-0014
 
Response Due
1/12/2010
 
Archive Date
3/13/2010
 
Point of Contact
Donna Hammock, 9165575185
 
E-Mail Address
US Army Engineer District, Sacramento
(donna.s.hammock@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
AMENDMENT 1: The Pre-Solicitation Notice (Solicitation) posted on 11 December 2009 is amended and hereby replaced in its entirety. The announcement is hereby re-posted in its entirety; and the response date is unchanged and remains January 12, 2010, 4:00 p.m., local time. 1. CONTRACT INFORMATION: Architectural Engineering (A-E) services are required to provide the full spectrum of designs and drawings using Computer Aided Design and Drafting (CADD) for Surveying and Photogrammetric and Geographic Information Systems (GIS) services for Military Installations and Civil locations for the use of the U.S. Army Corps of Engineers within the South Pacific Division (SPD) boundaries. This procurement is a partial small business set-aside, which means it is open to small and large business concerns. This procurement will award two (2) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) simultaneously. One (1) will be set-aside for small business concerns and one (1) will be unrestricted. These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement will be conducted under FSC Code C219; SIC Code 8713; and North American Industrial Classification System Code (NAICS) is 541370. The size standard for this code is $4.5 million. To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three fiscal years cannot be more than $4.5 million. The contract will encompass the South Pacific Division geographical area which includes the boundaries of CA, AZ, NM, NV, and UT while civil boundaries include CA, OR, NV, UT, AZ, WY, NM and CO. This work will include all A-E necessary to complete specific scopes of work and services as required, which will be issued with each task order. Two (2) firms; (1) Large Business & (1) Small Business Concerns will be selected for award based on demonstrated competence and qualifications for the required work. The contract will be for a maximum of five (5) years; a one (1) year base period from the date of award and will contain options to extend four (4) additional one (1) year periods. Large Business contract amount for the base period and any option will not exceed $1,960,000 for each period. The total contract amount shall not exceed $9,800,000. Small Business contract amount base period and any option will not exceed $1,000,000 for each period. The total contract amount shall not exceed $5,000,000. The options may be exercised at the discretion of the Government and excess capacity maybe carried over to the next subsequent year. A minimum guarantee of $5,000.00 will be provided for the base year of each contract, by the Government as legal consideration. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: All awardees will be given a fair opportunity to be considered for each task order award in excess of $3,000. FAR 16.505(b)(2) specifies exceptions to the fair opportunity to be considered processed. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small disadvantaged business. Any subcontracts that are awarded that do not qualify under the Brooks Act shall be subject to the Service Contract Act (see FAR 22.10). If a large business is selected for a contract, it will be required to submit a detailed Small Business Subcontracting Plan with the fee proposal when it is submitted by the firm selected for award. A detailed plan is not required to be submitted with the SF 330, however, the plans to do so should be specified in block H of the SF 330. Sacramento Districts assigned small business targets are 70%. This means that 70% of the subcontracted value must be targeted for small business concerns and their following subsets. The targets for the subsets are assigned as follows: 6.2% is for Small Disadvantaged Business; 7.0% is for Women-Owned small business; 9.8% for HUBZone small business; 3.0% for Veteran-Owned small business; 0.9% (non-ARRA funded) for Service-Disabled Veteran-Owned small business and 3.0% (ARRA funded) for Service-Disabled Veteran-Owned Small business. If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure. If a small business is selected, at least 50 percent of the cost of contract performance must be performed by the small business firms selected for award in accordance with FAR 52.219-14 Limitations on Subcontracting. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at https://www.bpn.gov/ccr/default.aspx or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at http://orca.bpn.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedure s outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000 the USACE will evaluate contractors performance and prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using ACASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110-$125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: https://www.cpars.csd.disa.mil/. If the Contractor wishes to participate in the performance evaluation process, access to ACASS and PKI certification is the sole responsibility of the Contractor. The Secretary of the Army Contractor Manpower Reporting (CMR) requirement will be incorporated into this contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2. PROJECT INFORMATION: A-E services are required and will range in scope as each task order is issued. The A-E is responsible for designs and drawings using CADD and delivering the two or three-dimensional drawings. The Government will only accept the final product for full operation, without conversion or reformatting. Work may be performed in the AutoDesk AutoCAD release 2008 or Bentley MicroStation V8.5 or higher environment, although the majority of work shall be prepared in the MicroStation environment. GIS work may be field, desktop or Internet based. All final text files generated under this task order shall be furnished to the Sacramento District in Adobe Acrobat (PDF), with a working copy in Microsoft Office MS Word. Drawing files and as-built drawings shall be submitted in AutoCAD or MicroStation, in the same environment as designed, in accordance with the? Architectural, Engineering, and Construction (A/E/C) CADD Standard, Release 3.0 https://cadbim.usace.army.mil/CAD. The target platform is an Intel Xeon Processor, 4 GB Ram and 500 GB Hard Drive with MS XP Professional or later operating system. Drawings files produced by scanning documents or records or containing photographic images shall be delivered in a raster format compatible with the specified target platform electronic digital format. Drawing files shall also be delivered in Portable Document Format (PDF). The specifications will be produced in SpecsIntact with the Extensible Markup Language (XML) using the Unified Facilities Guide Specifications (UFGS). Specification files shall also be delivered in PDF electronic digital files. Additionally, the contractor shall have the ability to deliver two or three-dimensional drawings in the AutoCAD software released 2008, or in MicroStation V8.5 or higher. The Government will only accept final documents found to be fully operational without conversion or reformatting on the target platform specified. Responding firms must show computer and Internet cap ability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (MCACES Second Generation MII)(software provided by Government) software; however training to use this software and the current pending Cost Book library will require purchasing by the Contractor. Drawings may be prepared in the metric or English systems of measurement. The work may be required for either civil or military projects. In the case of civil projects the contractor shall be responsible for drawings using computer-aided design and drafting (CADD) and delivering the geo-referenced three-dimensional drawings in Bentley MicroStation software, Latest Version and AutoCAD 2008 (or latest version), utilizing ESRIs Geodatabases with feature classes that contain Spatial data standards for Facilities Infrastructure and Environment (SDFIE) Compliant files with FGDC metadata, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Bentley MicroStation format Latest Version, or AutoCAD 2008 or (latest version), ArcGIS 9 or higher version and on the target platform specified herein. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the native Intergraph IRAS, latest version, electronic digital format. Drawing files shall also be delivered in SDSFIE compliant DXF and or DWG and ESRI Shapefile/layerfile and be FGDC metadata compliant. The specifications will be produced either in SPECS1NTACT with the Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. In the case of military projects, the contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and ESRI Geodatabase format and delivering the two dimensional georeferenced drawings in Autodesk AutoCAD CADD software, release 2008 and ESRI Geo database/shapefile format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 2008 format and or ESRI Geodatabase/shapefile format, and on the target platform specified herein. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target plat form AutoCAD, Microstation or ArcGIS electronic digital format. The specifications will be produced either in SPECSINTACT with the Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. This work will include all architectural/engineering (A-E) and related services necessary to complete the tasks. Raw data files, field notes, contact prints, metadata etc. shall be turned over to the Government as specified by the task orders. Equipment make and model, calibration report for cameras and sensors may be requested through task orders. 3. EVALUATION CRITERIA: The evaluation criteria are listed below in descending order of importance. Criteria A through D are primary. Criteria E through G are secondary and will only be used as tiebreakers among technically equal firms. A. Specialized Experience and technical competence in: 1.Capability and recent experience in photogrammetric compilation at scales ranging from 1 inch=20 feet to l inch=400 feet; digitized database mapping in Intergraph, AutoCad and ArcMap (ArcView/ArcInfo) GIS compatible formats, analytical bridging; aerial photography; lab services; GPS and conventional field control (horizontal & vertical); field topographic surveys at scales 1 inch-20 feet to l inch-50 feet; LIDAR and IFSAR and miscellaneous surveying services. 2. Experience in horizontal control surveys, vertical control surveys, GPS control surveys, topographic surveys, hydrographic surveys, boundary surveys, legal descriptions, photogrammetric mapping, GIS, analytical triangulation, orthophotos, aerial photography and lab processing. B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedule. C. Qualified professional personnel in the following key disciplines: At least one registered land surveyor (LS) and note any other employees with LS or Land Surveyor in Training (LSIT) or other registration credentials, overall relevant experience and longevity with the firm. D. Capacity to accomplish the work within the required timeframe including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time; and capacity to accomplish multiple task orders in multiple locations simultaneously. E. Small Business must have the ability of the to comply with FAR 52.219-14, entitled Limitations on Subcontracting, which states at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. F. Volume of DoD contract awards in the last 12 months as described below, under Submission paragraph 4. G. Location of the firm in the general geographical boundaries of the South Pacific Division Office. H. Extent of participation of small business, small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit FOUR (4) completed Architect Engineer Qualifications, Standard Form (SF) 330 (6/2004) which includes Part I-Contract-Specific Qualifications and Part II-General Qualifications for themselves and one for each of their subcontractors. Mail completed SF 330 to the office shown above, ATTN: Contracting, A-E Team. The SF 330 shall not exceed 150 pages, single sided, not counting any dividing page used to identify each SF 330 Section, on 8-1/2x11-inch, with a maximum of 3 oversize pages will be allowed (for organization charts, etc.). In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A generic quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Only responses received by the close of business (4:00 pm) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Facsimile transmissions and emails will not be accepted. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. This is not a request for proposal. All responsible sources may submit the required SF 330, which shall be considered by the agency. POINTS OF CONTACT ARE AS FOLLOWS: Mr. Stanley Ho; phone number (916) 557-6677; and email address Stanley.Ho@usace.army.mil or Mrs. Donna Hammock; phone number (916) 557-5185; and email address Donna.S.Hammock@usace.army.mil. Point of Contact Donna Hammock, 916-557-5185 Email your questions to US Army Engineer District, Sacramento at Donna.S.Hammock@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-R-0014/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02026683-W 20091219/091217235156-bcd16225f29bdaf8e6fb64d9074ee025 (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.