Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

C -- Multidiscipline Indefinite Delivery Contracts for Topographic Surveying and Aerial Mapping and Photography for Projects under the Jurisdiction of the Savannah District and SAD

Notice Date
3/23/2011
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-11-R-0032
 
Point of Contact
Inge Lawson, Phone: 912/652-5315
 
E-Mail Address
ingeborg.a.lawson@usace.army.mil
(ingeborg.a.lawson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Multidiscipline Indefinite Delivery Contracts for Topographic Surveying and Aerial Mapping and Photography for Projects under the Jurisdiction of the Savannah District and SAD Technical questions should be directed to Mark Kolasinski at (912) 652-5323 or Mark.A.Kolasinski@usace.army.mil; if you have questions concerning SF330 / debriefings or the status of the selections contact Leslie A. Zuniga at (912) 652-5547 or Leslie.A.Zuniga@usace.army.mil ; Contractual Questions: inge Lawson at 912-652-5315 or ingeborg.a.lawson@usace.army.mil ; and Questions concerning subcontracting plan: Leila Hollis at (912) 652-5340 or email: leila.hollis@usace.army.mil;. *** 1. CONTRACT INFORMATION: The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer (A-E) firms for a minimum of one and a maximum of five multidiscipline Indefinite Delivery Contracts (IDC). These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. The applicable North American Industry Classification System (NAICS) Code is 541370. *** Contracts awarded as a result of this announcement will be administered by Savannah District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts. Contract limits and contract size will be determined at the time of selection. Typically, the contracts will consist of a base ordering period and four option periods, each period not to exceed one year, for a total of five years maximum. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The total amount of each contract over the five-year ordering period may not exceed $8,000,000. Task Orders will be for topographic survey, boundary surveys, hydrographic surveys, and digital aerial mapping and photography for construction projects throughout the Savannah District and SAD. These task orders are firm fixed price. *** Work will be issued by negotiated, firm-fixed price or labor-hour task orders. Assignment of individual task orders to the contracts with identical scopes of work will be based on the following factors: (1) Performance and quality of deliverables under the current IDC, (2) Current capacity of the firm to accomplish the task order in the required time, and (3) Equitable distribution of work among identical contracts. *** This announcement is open to all businesses. Small businesses are encouraged to team with other businesses. The firm must be capable of responding to and working on multiple task orders concurrently. Large business firms that intend to do any subcontracting must convey their intent to meet the minimum small business goals on the SF 330, Section C, by identifying subcontracting opportunities with small business. Award of the contract is anticipated in approximately January 2012. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with F AR 52.219-9 and DFARS 219.7704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 70.0% to small business; 6.2% to small disadvantaged business (a composite of small business); 7.0% to women-owned business (a composite of small business); 9.8% to HUBZone small business (a composite of small business); 3.0% to veteran-owned small business (a composite of small business); and 0.9% to service-disabled veteran-owned small business (a composite of small business). Written justification must be provided if the minimum small business goals cannot be met. The small business subcontracting plan will be evaluated in accordance with AFAR 19.7, Appendix DD. The plan is not required with this submittal, but will be required with the fee proposal of the firm selected for negotiations. 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. PROJ ECT INFORMATION: Task orders to be issued under this contract may include aerial mapping, orthorectified digital aerial photography, production of seamless digital orthomosaics; topographic surveying and mapping; generation of triangulated irregular networks (TIN) and digital elevation models (DEMS); property and boundary surveys; preparation of drawings, maps and plats; and performance of records and drawing (plat) research necessary to locate property lines and monuments in the field. All photography must be originated and delivered in a.tiff format with a world file and/or a geotiff format. Drawings must be originated and delivered in.dgn format. DEM and TIN datasets must be delivered in a Bentley/Intergraph format and/or ESRI format as the project dictates. In addition GIS data, when requested, will be originated and submitted in ArcView and/or Arc Info formats for downloading into a GIS database. Work shall be submitted in both electronic files and hard copy. ***** 3. SELECTION CRI TERIA: The selection criteria for this project are listed below in descending order of importance. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory, based on the risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Award will be made to the firm determined to be most highly qualified. Factors listed below will be rated based on a relative weighting as follows: Significantly More Important - means that the factor is at least two times greater in value than another factor. More Important - means that the factor is greater in value than another factor but less than two times greater. Equal - means that the factor is of the same value or nearly the same as another factor. For this solicitation, Factor 1 (Specialized Experience and Technical Competence), and Factor 2 (Key Personnel) are weighted equally and each factor individually is more important than Factor 3 (Past Performance), Factor 4 (Work Management/Capacity), and Factor 5 (Knowledge of Locality) which are significantly more important than Factor 6 (Volume of DoD A-E Contract Awards) and Factor 7 (Small Business Participation). Past Performance, Work Management/Capacity, and Knowledge of Locality are weighted equally and each factor individually is more important than Volume of DoD Contract Awards and Small Business Participation. Volume of DoD Contract Awards and Small Business Participation will only be used as a *tie-breaker* among firms that are essentially technically equal. Information on each factor should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK IN RESPONSE TO THIS ANNOUNCEMENT. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan and the Selection Board will consider the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. *** Factor 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN: The selected firm must have, either in-house or through consultants, experience in the following: 1. Aerial surveying and mapping and aerial photography; 2. Topographic surveying and mapping; 3. Production of seamless digital orthomosaics; 4. Generation of triangulated irregular networks (TIN) and digital elevation models (DEMS); 5. Experience in producing orthorectified photography; 6. Ability and experience in performing courthouse research in boundary surveys; 7. Performance of records and drawing (plat) research necessary to locate property lines and monuments in the field; 8. Equipment, including GIS units, to be used in performing photography, surveying and mapping; and 9. Use of in-house quality control measures to ensure accuracy of field work and final work products. *** Factor 2 - KEY PERSONNEL: All key personnel for whom resumes are provided shall be shown on the organizational chart in Section D of SF 330. Additional staff available for work on this contract shall be indicated on the chart by numbers. Resumes shall be provided for qualified professional personnel in Section E of SF 330 in the numbers indicated in parenthesis and in the following key disciplines, that are required to be licensed, registered, and/or certified: Resumes should show relevant experience within the last five years. Key personnel include: Land Surveyors registered in GA, SC, and NC (3); Project Manager (1); Survey Party Chiefs (2); Certified Photogrammetrist (1); Stereoplotter Operators/Image Analyst (1); CADD/GIS Operator (1). Key personnel whose resumes are presented in Section E of the SF 330 shall be the individuals who will routinely be involved in the actual production of work under this contract. The evaluation will consider education, training, registration, voluntary certifications, and overall and relevant experience. *** Factor 3- PAST PERFORMANCE: Past performance on DoD and other contracts with respect to quality of work and compliance with performance schedules (actual survey schedule compared to the negotiated survey schedule). Indication of favorable performance ratings, awards, and repeat clientele. *** Factor 4 WORK MANAGEMENT/CAPACITY: A proposed work management plan shall be presented in Block H that addresses management approach and the procedures used for in-house quality control of fieldwork and final work products. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. The evaluation for this factor will also consider the organizational chart in Section D of the SF 330. The organizational chart shall include all key personnel in Section E and all other team members shall be indicated by the total number available for this contract. Show lines of responsibility and communication between project team leaders and team members. Address the firm's capacity to perform multiple simultaneous task orders and to commence work within three days after receipt of task orders. *** Factor 5- KNOWLEDGE OF LOCALITY: Knowledge of locality as it pertains to aerial surveying and mapping, and topographic surveying and mapping in GA, SC, and NC. *** Factor 6 - VOLUME OF WORK. Volume of DOD contract awards in the last 12 months. *** Factor 7- SMALL BUSINESS PARTICIPATION. Degree of participation of all types' small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the government's policy to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institution s (HBCU/ MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. *** TELEPHONIC INTERVIEW. Those firms achieving a qualified status (short list) will be given a telephonic interview the results of which will be factored into the firms overall rating. The following questions will be provided for the short listed firms to provide a written and telephonic response: ** Discuss three important lessons learned from your example projects on your SF 330 Part I that would be applicable to this contract. ** Discuss your quality control procedures to ensure the proper coordination of disciplines and the development of the best solution the first time. ** Describe your firm's approach for involving the facility users, Public Works, USACE, etc. in the process. **** 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 11:30 a.m., Eastern Standard Time on 11 May 2011. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed in accordance with FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Interested firms are responsible for ensuring that the SF 330 is submitted by the deadline. Firms may experience equipment or telecommunications failures and should allow sufficient time for the failures to be resolved and the submission received by the Government. Firms should not assume that these electronic submission failures result from a fault in the Government's system or that submissions will be accepted after the deadline if an electronic failure is experienced. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. Font size shall be 10 or larger. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. In Section G.26, include the firm each of the key personnel is associated. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at (912) 652-5703. Interested firms are responsible for ensuring that the SF 330 is submitted by the deadline. Firms may experience equipment or telecommunications failures and should allow sufficient time for the failures to be resolved and the submission received by the Government. Firms should not assume that these electronic submission failures result from a fault in the Government's system or that submissions will be accepted after the deadline if an electronic failure is experienced. **** PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-11-R-0032/listing.html)
 
Record
SN02407939-W 20110325/110323234843-8f8931b7302495e58f3c1e38d414cc1a (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.