Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
MODIFICATION

C -- AMENDMENT 0001 TO ARCHITECT-ENGINEERING (A-E) INDEFINITE DELIVERY CONTRACT (IDC) IN SUPPORT OF SURVEYING AND PHOTOGRAMMETRIC MAPPING SERVICES

Notice Date
1/27/2015
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-15-R-0009
 
Response Due
2/27/2015
 
Archive Date
3/29/2015
 
Point of Contact
rumi.shimooka, 4906119744-2788
 
E-Mail Address
USACE District, Europe
(rumiko.shimooka@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to correct the response due date described under the paragraph 5. SUBMISSION REQUIREMENTS as follows: From: 26 January 2015 To: 27 February 2015 All other terms and conditions remain unchanged. -------------------------------------------------------------------------------- 1. CONTRACT INFORMATION: One (1) Indefinite Delivery contract will be awarded for Survey and Photogrammetric Mapping Services for a base period of 12 months, and four (4), 12 month option periods. The work will be primarily surveying and photogrammetric mapping services for Military projects within the EUCOM Area of Responsibility (AOR). However, the Contractor may be required to perform work outside this area. This contract will be procured in accordance with Public Law 92-582 (The Brooks Act: Federal Government Selection of Architects and Engineers) and FAR Part 36.6 Architect and Engineering Services. Work will be negotiated and initiated by issuance of negotiated firm-fixed-price task orders, which will not cumulatively exceed $9,500,000 over the life of the contract. Individual task order amounts will not exceed $2,000,000. 2. PROJECT LOCATION: A-E services are required for surveying and photogrammetric mapping primarily throughout the EUCOM AOR. EUCOM work is presently expected to occur in the following counties: Belgium, Denmark, France, Iceland, Italy, Luxemburg, the Netherlands, Norway, Portugal, the United Kingdom, Greece, Turkey, Germany, Spain, the Czech Republic, Hungary, Poland, Bulgaria, Estonia, Latvia, Lithuania, Romania, Slovakia, Slovenia, Albania, and Croatia. 3. SERVICES REQUIRED: The work will involve all services associated with surveying and mapping required to support the Europe District, U.S. Army Corps of Engineers mission. These services may include: photogrammetric mapping, acquisition of digital aerial photography, aero-triangulation, stereo mapping compilation, orthophotography, land use/land cover interpretation, creation of horizontal and vertical control networks, ground control for support of photogrammetric and LiDAR mapping, topographic mapping using total stations or GPS; detailed planimetric surveys; profile and cross section surveys, instrumentation surveys, cadastral surveys and site and utility surveys utilizing underground detection of utility objects including complete electrical, sewer, water, communication, and other infrastructure services. Geographic Information System (GIS) services may include the creation, implementation, transformation, manipulation of spatial data supporting the management of ESRI Geodatabases. CAD data management, creation, edits and conversion from different CAD platforms (DWG, DXF, DGN) to and from GIS shall be required. Firms must be familiar with latest versions of the US Army Corps of Engineers Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) and the AEC CADD Standards. Firms must be able to provide FGDC compliant metadata. Interpretation of hardcopy plans, scanning, digitization and conversion into CAD or GIS may be required. 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a. through e. are primary. Criteria f. is secondary and will be used as quote mark tie-breakers quote mark among technically qualified firms. All factors relate to the firm's ability to perform the services required as described above. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or free-lance associates. The Offeror shall submit a maximum of five projects total, all five projects must be completed within the last five years, from the date of this solicitation, in the types of projects specifically indicated above in paragraph 3. SERVICES REQUIRED. If more than five projects are submitted, only the first five projects listed in the proposal will be evaluated. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative/photos of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite-Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project. If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. The letter of commitment must be signed by both parties to be considered. b. PROFESSIONAL QUALIFICATIONS. Qualified professional personnel are required in the following disciplines: Project Manager, Photogrammetrist, Registered Land Surveyor, GIS Manager, Database Administrator, CADD Manager, Cartographer, Geodesist, and general engineer. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. PAST PERFORMANCE. Past performance of the firm, joint venture partners, and key subcontractors on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. d. CAPACITY. The firm must demonstrate the personnel and equipment capacity necessary to accomplish two (2) concurrent task orders. The evaluation will consider the availability of an adequate number of personnel in key disciplines. e. KNOWLEDGE OF THE LOCALITY. Firms' knowledge of the standards, practices and operational considerations primarily for EUCOM AOR. f. GEOGRAPHIC PROXIMITY. Location of the firm and subcontractors offices with respect to Europe, EUCOM will be considered. 5. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit two (2) printed copies and one (1) electronic copy (CD or DVD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, consultants and free-lance associates, to the address below not later than 26 January 2015, 1430 Central European Time (CET). The SF 330 Part I shall not exceed 75 pages (8.5 quote mark x 11 quote mark or A4), including no more than 20 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than size quote mark 11. quote mark Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/download/116486 Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission such as prices, as this is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. 6. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be quote mark no cost quote mark or quote mark zero cost quote mark. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Increased security measures may delay access to the Europe District in the Amelia Earhart Building. Therefore you are advised to provide for early delivery of any submittals. Firms are encouraged to personally deliver submittals or use a delivery system that documents the date and time of receipt and recipient. Submittals will not be accepted via E-mail. Firms responding to this announcement are advised to inform one or more of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. It is very important that submittals be properly addressed as follows: a. For U.S. Military postal Service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT A-E Announcement W912GB-15-R-0009 CMR 410, Box 7 APO, AE 09049 b. For German postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT Box 7 A-E Announcement W912GB-15-R-0009 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany 7. POINTS OF CONTACT for additional information: Primary POC: Mr. Tre Santos, Contracting Officer E-mail: Dayton.t.santos@usace.army.mil Phone: +49-611-9744-2427 (outside Germany); (0)611-9744-2427 (within Germany) Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany) Alternate POC: Ms. Rumiko Shimooka, Contract Specialist E-mail: rumiko.shimooka@usace.army.mil Phone: +49-611-9744-2788 (outside Germany); (0)611-9744-2788 (within Germany) Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-15-R-0009/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN03626312-W 20150129/150127234930-eb0b13480c37bf52e4e380c22cf786f4 (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.