Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2012 FBO #3879
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR GEOGRAPHIC INFORMATION SYSTEMS, PROFESSIONAL SURVEYING AND MAPPING SERVICES FOR WORK PREDOMINANTLY IN THE EASTERN CONTINENTAL UNITED STATES BUT ALSO WORLDWIDE

Notice Date
7/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247012R2007
 
Response Due
8/6/2012
 
Archive Date
8/21/2012
 
Point of Contact
HEATHER RACE 757-322-8103 LISA SUMPTER
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR GEOGRAPHIC INFORMATION SYSTEMS, PROFESSIONAL SURVEYING AND MAPPING SERVICES FOR WORK PREDOMINANTLY IN THE EASTERN CONTINENTAL UNITED STATES BUT ALSO WORLDWIDE Description ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. This proposed contract is for Architecture-Engineering Services as described below and will be procured in accordance with the Brooks Act as implemented by FAR Subpart 36.6. It is being solicited on an UNRESTRICTED basis. Geographic Information Systems (GIS), Professional Surveying, Mapping and Engineering services and support are required for one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Contract for projects located primarily within the Naval Facilities Engineering Command, Atlantic's (NAVFAC LANT ™s) Area of Responsibility (AOR). The primary area of focus for this contract is the eastern portion of the United States; however, it can be used to support the entire NAVFAC LANT AOR, which includes the entire continental United States (CONUS), Caribbean, and outside continental United States (OCONUS), including Europe, Africa, Western Asia, and South America. Some task orders occasionally may address non-Navy sites or other Navy regions outside the primary area of focus including the remaining NAVFAC LANT AOR and NAVFAC Pacific AOR to support joint service or global efforts. The primary tasks anticipated under this contract are: 1.GeoSpatial Data Collection and Development a.Data collection through aerial survey and mapping (photogrammetry), LIDAR and remote sensing. b.Data collection through ground-based methods such as Global Positioning Systems (GPS) survey. c.Data modeling, analysis, visualization, migration, and conversion. d.Cartographic Output and thematic mapping 2.GeoSpatial Systems and Applications Development and Implementation a.System and application design and development, database administration, development and/or implementation of geographic information system applications for various systems and uses. b.Sustainment and enhancement of Navy geospatial enterprise systems and applications (e.g. GeoReadiness Explorer.) 3.Development of Documentation and Training Material a.Authoring of technical reports, user guides, whitepapers, and similar documents pertaining to geospatial systems/data or the Navy GeoReadiness Program. b.Development and presentation of training material pertaining to geospatial systems/data or the Navy GeoReadiness Program. The Consultant must demonstrate its and each key consultant ™s qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) and (2) are considered most important and equal among themselves; Criteria (3) through (5) are slightly less important and equal among themselves; Criteria (6) and (7) are of lesser importance still and equal among themselves; and Criterion (8) is the least important and will be used as a tiebreaker among technically equal firms. SF 330s will be evaluated to determine the most highly qualified firm based on criterion responses. Failure to provide requested data or to comply with the instructions in this Notice could result in a firm being considered less qualified or eliminated from consideration. Specific evaluation criteria include: Criterion 1 “ Specialized Experience (SF 330 Part 1 Section F): Offerors will be evaluated on specialized experience and technical competence of the proposed team in provision of the primary tasks required under this contract; knowledge of SDSFIE; and experience in GIS development for federal facilities utilizing ArcGIS and ArcSDE. Submission Requirements: The Contractor shall provide a maximum of five (5) projects that were completed or substantially completed since June 2007 and best illustrate specialized experience of the proposed team. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. The format for the projects shall include: Experience as prime or consultant (please identify), point of contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, award contract value, current contract value and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. Note: If the Offeror is a joint venture (JV), information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for each joint venture partner not to exceed a combined total of five (5) projects. If a project was performed by a joint venture, and all joint venture partners are not on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. Projects shall be submitted on the SF-330 and shall be completed or substantially completed projects. Projects not completed or substantially completed will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders that fit within the definition above. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Criterion 2 - Professional Qualifications and Technical Competence (SF 330 Part 1 Section E and Section G): Offerors will be evaluated on professional qualifications and competence of the key personnel to be assigned to this contract in A-E services to include preparation of the services required under this contract; knowledge of SDSFIE; and experience in GIS development for federal facilities utilizing ArcGIS and ArcSDE; and professional registration of the engineering and surveying staff and ESRI certified trainers, including, but not limited to, PE, RA, GISP, ASPRS. Submission Requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation, which should include professional registration of the engineering and surveying staff and ESRI certified trainers, including, but not limited to, PE, RA, GISP, ASPRS. Indicate whether key personnel hold security clearance and if so, what level. Indicate participation of key personnel in example projects in the SF 330 Part 1 Section G. Criterion 3 “Program Management and Capacity (SF 330 Part 1 Section H): Offerors will be evaluated on the ability to plan for and manage work under the contract, capacity to accomplish the work in the required time and demonstration of the firm ™s past working experience and relationship with key consultants. Submission Requirements: Describe the firm ™s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules and control costs. Provide a logical identification of explicit assignment of responsibilities among corporate team and subcontractor members. Discuss past working experience and relationship with key consultants. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. Criterion 4 “ Past Performance (SF330, Part 1 Section H): Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided for on Past Performance Questionnaires (PPQs) for Criterion 1 projects (see submission requirements below) and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. NOTE: Past performance information for projects listed under Criterion 1 will be given greater weight. Submission Requirements: IF A COMPLETED CPARS/ACASS EVALUATION IS AVAILABLE FOR A PROJECT UNDER CRITERION 1, IT SHALL BE SUBMITTED WITH THE COMPLETED SF 330 PACKAGE. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1, Specialized Experience. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF 330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, the offeror should complete and submit with their response the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Atlantic, Code ACQ22, Attn: Heather Race via email at heather.race@navy.mil, prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. In addition to CPARS/ACASS and/or PPQs, provide past performance by the Prime and team members on contracts with government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. Briefly discuss cost control procedures and adherence to project schedules. Discuss long term business relationships with federal, state and private clients. List recent awards, commendations and other performance evaluations. Criterion 5 “ Quality Control (SF 330 Part 1 Section H): Offerors will be evaluated on the strength of the Quality Control (QC) plan proposed by the firm to ensure quality products under this contract. Submission Requirements: Discuss Quality Control Plan that would be utilized for this contract. The plan shall contain an explanation of the management approach and an organizational chart showing the inter-relationship of management and team components. The Plan shall further describe the Offeror ™s processes and procedures; identify the Quality Control Manager, including authorities assigned to that individual; and discuss how the Offeror ™s program extends to the subcontractors. Criterion 6 “ Firm location (SF 330 Part 1 Section H): Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, offerors will be evaluated on the locations of their office or offices that will be performing the work under this contract and their demonstrated knowledge of the primary area of focus for this contract (the eastern portion of the United States). Due to the potential for work worldwide under this contract, offices in multiple locations would be considered an advantage. Submission Requirements: Indicate location of the office that will be performing the work, including main offices, branch offices and offices of team members. Describe and illustrate the team ™s knowledge of the primary geographic areas (the eastern portion of the United States) to be covered by this contract. Criterion 7 - Small Business and Small Disadvantaged Business Subcontracting Plan (SF 330, Part 1, Section H): Offerors will be evaluated in terms of the extent to which they identify and commit to Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on past performance in utilization of small business concerns and participation of small business concerns for this requirement. Submission Requirements: Past performance in utilization of small business concerns. All offerors shall provide historical data on utilization of SB, SDB, WOSB, HUBZone, SDVOSB and HBCU/MI. Large Business offerors shall submit three śfinal ť or śmost recent ť Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. IF ISRS ARE NOT śFINAL ť OR śMOST RECENT, ť THEY WILL NOT BE CONSIDERED. If subcontracting goals were not met, provide an explanation. If Individual Subcontracting Reports were not applicable to the similar contracts noted, large business offerors shall submit other documentation which shows utilization of the various types of small business firms for the contracts. Small Business offerors shall also submit documentation which shows utilization of the various types of small business firms for similar contracts of relative size. Participation of small business concerns for this requirement. Large businesses shall submit a draft Small Business Subcontracting Plan (see attachment), in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The attached Small Business Subcontracting Plan template shall be used to complete the draft subcontracting plan. Firms shall submit their śdraft ť Small Business Subcontracting Plans utilizing this template, and only this template. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2012 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) “66.41%, HUBZone (HUB) “ 8.63%, Small Disadvantaged Businesses (SDB) “ 16.76%, Women-Owned Small Businesses (WOSB) “ 14.85% and Service Disabled Veteran-Owned Small Business (SDVOSB) “ 2.88%. If a large business firm is selected for award, a Small Business Subcontracting Plan in accordance with FAR 19.7 and DFAR 219.7 will be required and incorporated into the contract award. Criterion 8 - Volume of Work (SF 330 Part 1 Section H): Offerors will be evaluated in terms of work previously awarded to the firm by DoD within the past 12 months with the objective of effecting an equitable distribution of DoD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. Submission Requirements: Provide a list of DoD contracts awarded to the firm by DoD within the past 12 months. Include a dollar amount for each contract/task order awarded. Firms with multiple offices should indicate which office was awarded the contract/task order. Joint ventures should list awards to the JV entity and separately list awards to each individual JV member for that time period. There will be one (1) selection made from this announcement. The duration of this contract will be for one (1) year from the date of an initial contract award with four (4) additional one-year option periods. This is a $30,000,000 contract for work primarily in the NAVFAC LANT AOR with primary focus on the eastern portion of the US. This contract may address task orders to support joint service or global efforts including the entire NAVFAC Atlantic AOR and NAVFAC Pacific AOR. The minimum guarantee for the entire contract terms (including option years) is $10,000.00 and will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price IDIQ. Estimated start date is August 2013. This proposed contract is being solicited on an UNRESTRICTED basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541370 ($14,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. PLEASE READ THE FOLLOWING CAREFULLY: In accordance with the Brooks Act, the A-E firm must be a registered /licensed architectural and/or engineering firm to be eligible for award of this contract and must submit proof of the same with the SF 330. Failure to submit the required proof could result in an offeror ™s elimination from consideration. Architect-Engineer Firms that meet the requirements described in this announcement and desire to be considered for award of this proposed contract, must submit a completed SF 330 package. The SF-330 shall be typed, one sided, at least 12 pitch font or larger. Part I shall not exceed 50 single-sided 8.5 X 11 inch pages (the draft subcontracting plan and PPQs are not included as part of this page limit). As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Failure to submit an SF330 completed as required may result in an offeror ™s elimination from consideration. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (i.e., state registration number). Responses are due no later than 2:00 p.m. EDT, 6 August 2012. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Heather Race, 6506 Hampton Boulevard, Mail Room, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit five (5) hard copies of the SF 330 and two (2) CDs. Inquiries concerning this project must be submitted via email and include solicitation number and title. THIS IS NOT A REQUEST FOR PROPOSAL. Point of Contact Heather Race, Contract Specialist, Phone: 757-322-8103, Email: heather.race@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247012R2007/listing.html)
 
Record
SN02796179-W 20120708/120706234929-cf8ba7945638e25a146898d31b26a352 (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.