SOLICITATION NOTICE
C -- Geospatial Data Management System for the Bluestone Dam Safety Assurance Project, Hinton, WV
- Notice Date
- 12/10/2014
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-15-R-0003
- Response Due
- 1/9/2015
- Archive Date
- 2/8/2015
- Point of Contact
- Kristin Blake, 304-399-5693
- E-Mail Address
-
USACE District, Huntington
(kristin.d.blake@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6. The U.S. Army Corps of Engineers, Huntington District, proposes to obtain the services for one Architect-Engineer (A-E) contract for Geospatial Data Management System Design, Creation and Implementation. These Geospatial services are being provided for the Bluestone Dam Safety Assurance Project, Hinton, WV assigned to The Dam Safety Modification Mandatory Center of Expertise (DSMMCX), the Great Lakes and Ohio River Division Dam Safety Production Center (LRD-DSPC), and the Huntington District, Geospatial Section. One A-E contract will be negotiated and awarded for the base system design. Work will be completed under a negotiated firm-fixed price contract. This announcement is open to all businesses regardless of size. The North American Industrial Classification System Code (NAICS) is 541370. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. The plan is not required with this submittal but rather at the time of award. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at http://www.sam.gov. PROJECT INFORMATION: The Huntington District is seeking a qualified firm to provide A/E services in the design and creation of a Geospatial Data Management System for the Bluestone Dam Safety Assurance Project. The services to be provided under this contract will include multidisciplinary geospatial, civil, geotechnical, and geological engineering, (see paragraph on Specialized Experience and Technical Competence). Work shall be accomplished in full compliance with established Corps of Engineers manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. This contract will include the initial design and creation of the base system and may include any additional changes to the finished product for a time not to exceed five years from the award date. SELECTION CRITERIA: The selection criteria for this specific project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-F will be evaluated as the primary criteria; criteria G is secondary and will only be used as a quote mark tie-breaker quote mark among firms that are essentially technically equal. The contractor must be able to demonstrate through professional registration, company and personnel resumes, executed example projects, and supporting customer feedback the ability to provide the following services: a.SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must demonstrate specialized experience and technical competence and will be ranked in descending order on the ability to provide or perform: i.The development and implementation of Geospatial Data Management Systems with designs that include system schemas and workflow diagrams describing data sources, storage, and access methods. ii.The development of 3D models from LiDAR point cloud data, bathymetric survey data, conventional survey data and aerial imagery. iii.The development and implementation of linked database systems using SQL Enterprise Databases, including the integration of both Bentley gINT borehole and WinIDP Instrumentation database systems with GIS systems. iv.The development and implementation of multi-level access for users (i.e. read, write, delete access based on user rights assigned) v.The development of displays and renderings of three dimensional models, as well as two dimensional plan, profile, and cut sections views of dam structures, subsurface features and topology utilizing ESRI, and Microstation software platforms. vi.The application of attributes to model features with spatially referenced data with relevant datum, coordinates, geographic projections and metadata. vii.The development and implementation of various user access sites including simplified web-based access to GIS map products as well as complete desktop access using non-locked full scale GIS map documents, Geodatabase and shapefiles. viii.The development and implementation of automated methods, customized codes and routines in the ESRI ARC-GIS and Bentley Microstation platforms to update GIS models with future additions and modifications. ix.The demonstration of an understanding of government firewall and security restriction as related to software, database systems, file transfers and system access with example projects. x.The demonstration of knowledge and capability of cost and quality control, and compliance with performance schedules for projects in similar scope and size. xi.The demonstrate of the ability to digitally capture, digitally scan, digitize, transcribe historical project data into electronic formats including MS-Excel, MS-Access, ESRI Geodatabase and Microstation DGN files. b.PROFESSIONAL QUALIFICATIONS: The evaluation of professional qualifications will consider relevant experience, education, training, professional registration/licenses, professional associations, advanced training, specific work experience, organizational certifications and longevity with the firm for all key personnel. In particular the following will be evaluated: i.Engineering and technical staff familiar with components of high dam structures, foundations, construction, and performance monitoring technologies (including automated and manual instrumentation systems and visual inspection). ii.GIS System design personnel must have a minimum of five years successful experience with projects similar in nature using ESRI Geodatabase platform. iii.CADD Technician, GIS Technician, Survey Technicians, or other professional staff with a minimum of five years successful experience in converting terrestrial LiDAR survey data into 3D models in CADD or a GIS environment. c.CAPACITY: The evaluation will consider the firms' ability to provide required services. The evaluation will consider: i.The availability of an adequate number of personnel in key disciplines. ii.Firms demonstration of a strong ability to provide: (a)comprehensive program and project management for complex work through the duration of the project (b)comprehensive technical support for the duration of the project, (c)necessary personnel for expedited, complex and unexpected work (d)necessary adjustments and project support for unforeseen schedule changes (e)delivery of a quality product on a timely schedule d.PAST PERFORMANCE: Past Performance on DOD and other contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. The PPIRS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. Firms must demonstrate past performance design projects within constrained design and construction schedules and funding limitations. e.SUPERVISION AND ADMINISTRATION: The firm shall be evaluated based on key administration and shall provide an organization chart, resumes of key personnel, how subcontractor(s) will be used, if any, availability of key personnel, personnel management policy. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. f.SMALL BUSINESS PARTICIPATION: Extent of participation of small business (SB), small disadvantaged businesses (SDB), woman-owned (WO), historically underutilized business zone (HUBZ), and service disabled veteran owned (SDVOSB) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, WO, HUBZ, or SDVOSB is a prime contractor, subcontractor, or joint venture partner. g.GEOGRAPHIC PROXIMITY: Firms proximity to the Huntington District Office. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform this work must submit two copies of SF 330 Part I and three copies of SF 330 Part II for the prime firm and all consultants to the above address not later than 4:30 PM on 9 January 2015. Include the firm's DUNS number in SF 330, Part II, Block 4. Facsimile transmissions will not be accepted, however, contractor shall be required to submit its proposal in a searchable PDF format CD/DVD, along with its paper submissions. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The POC for this procurement is kristin.d.blake@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-15-R-0003/listing.html)
- Place of Performance
- Address: USACE District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Zip Code: 25701-2070
- Record
- SN03592756-W 20141212/141210234750-c3c6630223e4c3b67b7b694b1c0e7fbf (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 |