Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
SOLICITATION NOTICE

T -- Architect-Engineer Indefinite Delivery Contract for Survey and Mapping Services and Hydrographic Survey Services for Projects Within Los Angeles District, but may be used South Pacific Division wide

Notice Date
5/21/2010
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-10-R-0028
 
Response Due
6/21/2010
 
Archive Date
8/20/2010
 
Point of Contact
Cynthia H. McManus, 213-452-3247
 
E-Mail Address
USACE District, Los Angeles
(cynthia.h.mcmanus@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
1. CONTRACT INFORMATION: Architect-Engineer Indefinite Delivery Contract for Survey and Mapping Services and Hydrographic Survey Services for Projects Within Los Angeles District, but may be used South Pacific Division Wide. 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. This contract requires the respondent be licensed to perform Surveying and Mapping in the states of California, Arizona, Nevada. The majority of the work and services will be for civil works projects. However there may be a smaller portion of the work and services for military projects. One Indefinite Delivery Contract will be negotiated and awarded, the total amount of which will not exceed $8,000,000.00. The yearly cumulative amount of individual task orders will not exceed $1,000,000.00. The contracts will include an option for extension for second, third, fourth, and fifth years with additional amount for each optional year not to exceed $1,000,000.00. If contract amount for the base year period or preceding option year periods has been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base year period or preceding option year periods. Work will be issued by negotiated firm-fixed price task orders. The estimated contract start date is August 2010 for a period of 12 months (through August 2011). Work is subject to availability of funds. Estimated construction cost is not applicable. The North American Industry Classification System (NAICS) code for this action is 541370. The size standard for this NAICS code is $4.5 million in average annual receipts. This solicitation is 100% set aside for HUBZone small business. Only HUBZone small businesses will be considered for award. 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 Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work and services may consist of any combination of all phases of aerial mapping and field surveying, such as airborne laser map compilation, analytical bridging, flying, orthophotography, precise leveling, total station mapping, and boundary surveys, using conventional survey techniques and differential Global Positioning System (GPS). The work and services may include coastal and oceanographic engineering studies, which will require capabilities in marine field data collection, surveying, and mapping for navigation and shore protection Civil Works projects at various locations in the Los Angeles District (Southern California). Specific types of marine field data collection include: multi-beam and single beam bathymetric sonar, side scan sonar, geophysical sub-bottom profiling, beach and surf bathymetric profiling, tidal and water level instrumentation, ocean wave and/or current instrumentation, and sediment tracer instrumentation. A-E services required in support of Quality Assurance includes hydrographic surveying in protected and exposed coastal waters to depths of approximately 75 feet, underwater hazard detection, dredging measurement and fill placement progress monitoring. The work and services may be prepared in metric units (System-International, SI) or English units (U.S. Survey Foot), referenced to the State Plane Coordinate System. Drawings and reports must be submitted in hard copy report format, Microstation design file (DGN) format, Inroads surface file (DTM) format, ArcGIS file format (surface file TIN format), AutoCAD (DWG) format, Orthophotographic (TIF) file format, ASCII points file (PTS) format and Terramodel (PRO) compatible electronic file formats. The firm selected for this contract will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. The plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. 3. SELECTION INFORMATION: The selection criteria are listed below in descending order of importance, first by major criterion and then by each sub-criterion. Criteria (A) through (F) are primary. Criteria (G) through (H) are secondary and will be used as tie-breakers among firms that are essentially technically equal. A. Specialized Experience and Technical Competence: (1) Survey and Mapping expertise in coastal, desert, and mountain environments; (2) Survey and Mapping data processing expertise in coastal, desert, and mountain environments; (3) Knowledge and expertise in performing complex monitoring functions for quantities; (4) Knowledge and expertise in performing complex geodetic, boundary, topographical surveys using standard surveying techniques, and/or kinematic differential GPS techniques; (5) Knowledge and expertise in large and small scale mapping projects, Metric and English survey and mapping units of measurement, and orthophotographic techniques; (6) Knowledge and expertise in large and small scale mapping projects, metric and English survey and mapping units of measurement, and orthophotographic techniques; (7) Expertise in airborne and ground based laser map compilation, analytical bridging, orthophotography; (8) multi-beam and single beam bathymetric sonar applications and analysis, (9) side scan sonar applications and analysis, (10) marine geophysical interpretation and analysis, (11) kinematics Differential Global Positioning System capabilities, (12) electronic navigation control capabilities, (13) full heave/pitch/roll motion compensation capabilities, (14) digital signal processing capabilities to reduce/decimate/analyze oceanographic field data described in this solicitation, and (15) specialized equipment typically associated with the types of marine field data collection described in this solicitation. (16) Ability to deliver CADD and digital terrain model files compatible with MicroStation (DGN), Inroads (DTM), Arcview (TIN), AutoCAD (DWG) file format and Terramodel(PRO) file formats. B. Professional Qualifications. Qualified professional personnel in the following key disciplines: (1) Civil Engineering including Coastal and/or Ocean Engineering, Marine and/or Land Surveyors, Cartographer; (2) engineering, survey, cartographic technicians. The evaluation will consider relevant experience, education, training, overall experience and longevity with the firm. C. Past performance on DOD contracts and other contracts with respect to cost control, quality of work and services, and compliance with performance schedules. D. Capacity to accomplish the work and services in the required times, that are sometimes on very short schedules. The evaluation will consider the experience of the firm and any consultants in contracts of similar complexity, and the availability of an adequate number of personnel in key disciplines. E. Knowledge of localities. Such as, geological features, climatic conditions, hydrographic features, oceanographic conditions, and ellipsoidal and geoidal differences. F. Geographic proximity (physical location) of the firm to the location the projects. G. Extent of participation of small businesses, including women-owned, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. H. 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, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed Standard Form (SF) 330 Part I (June 2004 edition), Architect-Engineer Qualifications for the specific project for themselves and one (1) SF 330 Part II for themselves and one for each subcontractor/ consultant, to the office shown. The SF 330 shall not exceed 75 pages. In Block D of the SF 330 provide the organization chart for the proposed team. 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 F of the SF 330 provide 10 projects, all for the prime, unless major subcontractors with very relevant work, but still only 10 projects total. In Block H. Additional Information of the SF 330 describe the firms Design Quality Control Plan (DQCP), including Design Quality Assurance Plan (DQAP) of subcontractor(s) work. The formal plan is not required at this time. Also in Section H indicate the estimated percentage involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Responses received by close of business (4:00 PM) on the closing date will be considered for selection. If the 30th day is Saturday or Sunday or a 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. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. POINT OF CONTACT: Contract Specialist: Cindy McManus (213) 452-3247, email: cynthia.h.mcmanus@usace.army.mil ; Contracting Officer: Lucia A. Carvajal (213) 452-3240; Technical Information: Alan Nichols (626) 401-4010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-10-R-0028/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02156314-W 20100523/100521234853-1281d4da384f605724f413a180e58f75 (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.