Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

T -- INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING & MAPPING SERVICES WITHIN THE BOUNDARIES OF PUERTO RICO AND THE U.S. VIRGIN ISLANDS

Notice Date
11/22/2011
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-12-R-0007
 
Response Due
1/4/2012
 
Archive Date
3/4/2012
 
Point of Contact
Veronica Taylor, 904-232-2107
 
E-Mail Address
USACE District, Jacksonville
(veronica.s.taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 negotiation based on demonstrated competence and qualifications for the required work. The services will consist of topographic, geodetic, property/boundary, hydrographic, and remote sensing surveys and CADD/GIS mapping services to support planning, engineering design, construction, operations, and maintenance of civil works projects within the geographic boundaries of Puerto Rico and the U.S. Virgin Islands. The primary purpose of these contracts is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, these contracts may be used to provide services within the geographic boundaries of the other U.S. Army Corps of Engineers districts within the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. North American Industrial Classification System code is 541370, which has a size standard of $4,500,000 in average annual receipts. These contracts are set-aside for small businesses only. No one firm will receive more than one award as a result of this solicitation. Only firms considered highly qualified will be awarded a contract. Indefinite delivery contracts will be negotiated and awarded from this solicitation with subsequent work issued by negotiated firm-fixed-price or labor-hour task orders. This announcement will result in at least two (2) awards. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. The contracts will be for a period of one year from the date of award, with options to extend for four additional years; not to exceed a total of five years. While the estimated dollar amount per year is $500,000.00, the actual obligation per year may be greater than or less than the $500,000.00. Maximum order limit is $2,500,000 for the life of the contract, including options. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. A firm must also be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. Register via the ORCA Internet site at http://orca.bpn.gov. 2. PROJECT INFORMATION: The work will consist of topographic, geodetic, property/boundary, hydrographic, remote sensing surveys and CADD/GIS mapping services to support planning, engineering design, construction, operations, and maintenance of civil works projects. Some of the services are of the following types: construction layout and alignment surveys; real estate boundary, property, and tidal surveys; beach profiles; horizontal and vertical geodetic control surveys; ground penetrating radar and vacuum excavation for utility location; ground based laser scanning; near-shore and offshore hydrographic surveys; seabed classification; side scan sonar; sub-bottom profiling; acoustic Doppler current profiling; magnatometry; CADD/GIS; topographic and hydrographic LIDAR; collection of aerial imagery for photogrammetric mapping utilizing digital aerial cameras; orthophoto generation; multi/hyper spectral imagery. Work will require compliance with SDSFIE (Spatial Data Standard) for GIS and AEC (Architectural Engineering CADD Standard). All hydrographic survey data shall be submitted using HYPACK format and all ASCII topographic survey data shall follow the format specifications in the Topographic Surveying Manual, EM1110-1-1005: http://140.194.76.129/publications/eng-manuals/em1110-1-1005/toc.htm. 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 firms that are essentially technically equal. a. Specialized Experience and Technical Competence. Firms shall demonstrate that all expertise requirements are reflected on key personnel resumes. Include a detailed list of field equipment, platforms of operation (including vessels, aircraft, airboats, amphibious vehicles), and sensors (to include data collection systems, positioning, motion sensing, navigation). (1) Topographic Surveying Firms shall specifically demonstrate the following expertise: surveying of major civil site engineering projects; operating survey-grade GPS units; real estate boundary/property surveys; surveying in near shore or shallow water bodies; and horizontal and vertical geodetic control surveys. (2) Hydrographic Surveying Firms shall specifically demonstrate the following expertise: hydrographic surveys utilizing HYPACK with survey grade sounding equipment; RTK GPS horizontal and vertical positioning of vessel. A minimum of one 20 to 30 foot hydrographic survey vessel with cabin and trailer is required. (3) CADD/GIS and Data Processing Firms shall specifically demonstrate the following expertise: use of HYPACK for hydrographic data processing; and use of MicroStation or AutoCAD for mapping of civil site engineering projects. b. Professional Qualifications. A resume is required for key personnel, showing relevant education and training, as well as experience within the last five years. Note: one individual possessing the required expertise of more than one discipline is acceptable but the resume must clearly demonstrate meeting the required length of experience of each discipline. (1) Topographic Surveying A minimum number of two (2) crews with relevant and recent years of experience are required. (2) Hydrographic Surveying A minimum number of one (1) crew with relevant and recent years of experience is required. (3) Data Processing and Analysis Data Processor/Analyst must have a bachelors or masters degree from an accredited university in Geographic Information Systems, geography, cartography, physical science, hydrology, land surveying, general engineering, or related field and a minimum of two (2) years of relevant experience in surface modeling and data processing. (4) Project Management Prime firm shall have a minimum of one registered professional within their firm to qualify for award. At least one project manager must have a professional license for Land Surveying in Puerto Rico with a minimum of five (5) years of relevant and recent experience. c. Past Performance. Firm must demonstrate its past performance in accomplishment of similar work. Firm must submit information for relevant contracts and subcontracts started or completed within the past 5 years (measured from the date of this synopsis), including the name, address, and telephone number of references. Firms may include supporting information in the proposal, such as letters of commendation from clients on past performance on recent similar contracts and include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. Past performance will be reviewed on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to Accomplish the Work. Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates, to include emergency response following significant storm events. e. Knowledge of the Locality. Firms must clearly demonstrate recent project experience within Puerto Rico. The following secondary criteria will be used as tie-breakers, if necessary: f. Geographic Proximity. Location of the firm in the general geographical area of Puerto Rico. g. Equitable Distribution of DoD Contracts. 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 small business and small disadvantaged business. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) copy of SF 330 Part I, for the proposed combined team (firm and joint venture and all subcontractors), and one (1) separate copy of SF 330 Part II for the firm or joint venture and each subcontractor to the above address not later than 4:00 P.M. on the response date indicated above. Submittals received after this date and time will not be considered. Solicitation packages are not provided. This is not a request for proposal. Verbal requests for information must be directed to the contract specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be directed to the contract specialist POC appearing in the synopsis. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Responses to this announcement should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, 701 San Marco Boulevard, Jacksonville, FL 32207-8175, or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, P.O. Box 4970, Jacksonville, FL 32232-0019. NOTE: If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, the person that hand-delivers the offer should call the Contract Specialist whose name appears in the procurement and ask the specialist to send someone to the security desk to take possession of the offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-12-R-0007/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02627560-W 20111124/111122234711-3b6ea2dd73bc2c5c53e754d880c49cd7 (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.