DOCUMENT
C -- 1VA+ GIS Location Project - Attachment
- Notice Date
- 4/2/2015
- Notice Type
- Attachment
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- U.S. Department of Veterans Affairs;Strategic Acquisition Center;10300 Spotsylvania Ave;Fredericksburg VA 22408
- ZIP Code
- 22408
- Solicitation Number
- VA11915R0079
- Response Due
- 5/4/2015
- Archive Date
- 8/2/2015
- Point of Contact
- Glenn Burton
- E-Mail Address
-
io
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES FOR GEOGRAPHIC INFORMATION SYSTEM (GIS)/GLOBAL POSITIONING SYSTEM (GPS) SURVEYS OF NATIONAL CEMETERIES LOCATED THROUGHOUT THE DEPARTMENT OF VETERANS AFFAIRS WITHIN THE CONTINENTAL UNITED STATES. DESCRIPTION: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN AND IN THE SOW. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. THIS PROCUREMENT IS A 100% SET-ASIDE FOR SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) FIRMS for Architectural and Engineering Services required for an Indefinite Delivery Indefinite Quantity Contract (IDIQ) for GIS/GPS Surveys located in national cemeteries within the continental United States. Architect-Engineering Services are required to perform geographic data collection of cemetery interment information of Veterans Affairs (VA) National Cemeteries using Global Positioning System (GPS) land surveying methodology. The contractor is responsible for collecting Geographic Information System (GIS) data and photographs of upright headstone, flat marker, niche cover, and permanent infrastructure hard point locations at the National Cemeteries. For each cemetery included in the task order work includes, but is not limited to: a)Performing GPS land surveying to locate headstones, flat marker, niche cover, and cemetery infrastructure hard points to determine latitude/longitude/elevation b)Photographing each headstone, flat marker, niche cover, and infrastructure hard point c)Documenting feature attributes as an Environment Systems Research Institute (ESRI) ArcGIS shapefile (.shp) and Geodatabase file (.gdb) and creating ESRI map documents d)Producing ESRI Geodatabases with interment attributes from National Cemetery database with photos of headstones and niches linked to the feature e)Producing Microsoft Access 2010 and Excel 2010 interment databases of headstones, markers, and niches with linked photos of headstones f)Cross referencing all field headstone and flat marker inscription data collected under this contract against the existing VA provided Burial Operations Support System (BOSS) database to determine and flag all discrepancies between the two databases g)Providing a plan and report progress weekly h)Providing a letter certifying the accuracy of the survey upon completion of each cemetery i)Converting AutoCAD cemetery gravesite map drawings into ArcGIS Geodatabase format The work encompasses 86 national cemeteries spread geographically across the United States, including Alaska, Hawaii, and Puerto Rico. Field collection of GPS data points ranges from a minimum of one to a maximum of 300,000 data points per cemetery. The contractor shall use traditional surveying work (i.e. Total station) shall be in third order accuracy. Survey accuracy using GPS surveying methodology (i.e. Real Time Kinematic (RTK) will be less than one inch in both horizontal and vertical accuracy. The Contractor shall digitally photograph the front and back of each headstone, the front of each niche cover and the top of each flat marker. The contractor shall also digitally photograph each infrastructure hard point. All photographs will be in.jpeg digital format with maximum file size of 0.5 MB per picture and a 5-megapixel resolution. The Contractor shall compress and crop pictures as necessary to minimize file size without sacrificing image quality. Use of surveying data collector with onboard camera is preferred. Photograph must be taken so that the entire headstone or marker fills the entire frame of the photograph. Provide shading or lighting on the headstone as appropriate for the daylight conditions to ensure that the engraved text is clearly legible and not "washed out" due to too much brightness, or "dim" due to too little natural lighting. The Contractor is responsible for lighting and/or shading headstones, and/or manipulating digital photographs using third-party software to insure all inscriptions on the headstones and markers are legible. The Contractor shall deliver the appropriate ArcGIS map documents (.mxd) per cemetery. Contractor shall create separate GIS layer that outlines each individual gravesites or niche as a polygon shape feature (e.g., 5X10, 3X8, 4X4) that is in reference to the surveyed headstone, marker, or niche point data. Veteran interment information from the BOSS database will be linked via relational database using assigned Primary Keys. Layers in the provided AutoCAD drawings will be converted to appropriate GIS features in Government provided data standard. Government should be able to click on a GIS feature (e.g., headstone point) and identify attributed information along with photograph of each headstone in ArcGIS environment. Within the Geodatabase, GIS layers shall be organized into datasets such as Gravesite Operation, Basemap, Utilities, etc. The gravesites numbers shall be labeled appropriately within the map document for legibility. Map documents shall also be broken down by each gravesite section. The contractor shall be a registered Architect/Engineering Firm. This contract requires the services of a licensed surveyor with specialized GIS/GPS land surveying experience. The surveyor shall be a key member of the team for all GIS/ GPS cemetery-surveying projects. This contractor shall also be required to provide drawings in AutoCAD format and ArcGIS formats. The contractor shall demonstrate the firm's and each key partner's qualifications with respect to the published evaluation criteria for all services. Selection Criteria: Selection will be based on the following criteria, which are numbered in descending order of importance: 1.Specialized Experience 2.Firm Capacity 3.Professional Qualifications and Technical Competence 4.Past Performance 5.Geographic Location Criterion 1 - Specialized Experience (SF 330 Part 1 Section F) Offerors will be evaluated on specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: Experience with projects involving GIS shapefile data; Experience with GPS horizontal and vertical special location data; Experience creating ArcGIS map documents matching photographs to database points; Submission Requirements: Provide up to three projects of similar scope and complexity completed or substantially completed within the past five years which best illustrates specialized experience of the proposed team in the areas outlined above. Example projects shall provide details of scope and complexity demonstrating similarity to the requirements of this contract solicitation. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member (Prime) actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF 330 Part 1, Section F Item 25 "Firms from Section C Involved in this Project," block 1. Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23c. Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are 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. For submittal purposes, a task order on an Indefinite Delivery Indefinite Quantity contract is considered a project, as is a stand-alone contract award. Do not list a Definite Quantity contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five projects for this criterion. Projects shall be submitted on the SF330. All information for Criterion 1 should be submitted in Part 1, Section F of the SF330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1. CRITERION 2 - FIRM CAPACITY (SF 330 PART 1 SECTION E AND SECTION G) Offerors will be evaluated in terms of capacity to perform the work in the base year, including the possibility of working a minimum of three cemeteries simultaneously. Offerors will be evaluated in demonstrating the ability to work at 14 to 32 cemeteries per year. Offerors will be evaluated in ensuring internal quality control. All survey work required in this contract shall be performed by and/or completed under the management and supervision of a Licensed/Registered Professional Land Surveyor who oversees the survey team(s). The surveyor is not required to be present for all on-site work. Submission Requirements: Indicate the firm's present workload and the availability of the project team for the specified contract performance period. Define the 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 and shall discuss specific quality control processes and procedures proposed for this contract. Identify the number of surveyors licensed in any one of the United States that will be assigned to each project, as well as the number of survey teams. If supplemental resources are needed, identify how the resources will be obtained through partnering or teaming. Specify the percentage of work on each project performed by each partner, if the project is a joint venture. The Following cemeteries are considered to be the highest priority: 1.Long Island National Cemetery, Farmingdale, NY LONG ISLAND NATIONAL CEMETERY 2040 Wellwood Avenue Farmingdale, NY 11735-1211 ITEMQUANTITY Casket Sites239,237 Cremain Sites4,608 Niches3,316 Fixed Infrastructure shots20 2. Los Angeles National Cemetery, Los Angeles, CA LOS ANGELES NATIONAL CEMETERY 950 South Sepulveda Blvd Los Angeles, CA 90049 ITEMQUANTITY Casket Sites64,872 Cremain Sites6,469 Niches4,855 Fixed Infrastructure shots20 3. Golden Gate National Cemetery, San Bruno, CA GOLDEN GATE NATIONAL CEMETERY 1300 Sneath Lane San Bruno, CA 94066 ITEMQUANTITY Casket Sites98,173 Cremain Sites14,698 Fixed Infrastructure shots20 4. Fort Rosecrans National Cemetery, San Diego, CA FORT ROSECRANS NATIONAL CEMETERY Cabrillo Memorial Drive San Diego, CA 92106 ITEMQUANTITY Casket Sites12,592 Cremain Sites908 Niches31,864 Fixed Infrastructure shots20 5. Riverside National Cemetery, Riverside, CA RIVERSIDE NATIONAL CEMETERY 22495 Van Buren Boulevard Riverside, CA 92518 ITEMQUANTITY Casket Sites12,592 Cremain Sites908 Niches31,864 Fixed Infrastructure shots20 6. Little Rock National Cemetery, Little Rock, AR LITTLE ROCK NATIONAL CEMETERY 2523 Confederate Blvd Little Rock, AR 72206 ITEMQUANTITY Casket Sites21626 Cremain Sites585 Fixed Infrastructure shots20 CRITERION 3 - PROFESSIONAL QUALIFICATIONS AND TECHNICAL COMPETENCE OF THE INDIVIDUAL TEAM MEMBER Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Each offeror must demonstrate its reputation or standing of the firm and its principal officials with respect to professional performance, general management and cooperativeness, awards, letters of recommendation, outstanding merits, evaluations, letters from past clients, etc. Submission requirements: Provide the background of firms (Prime and Sub) and Key Personnel. 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. Indicate participation of key personnel in example projects in the SF 330. Provide awards, letters of recommendation, outstanding merits, evaluations, letters from past clients, etc. Part 1 Section G. NOTE: Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. The following disciplines are required: a licensed surveyor to manage and oversee the work crews; Experience with projects involving GIS shapefile data; Experience with GPS horizontal and vertical special location data; Experience creating ArcGIS map documents matching photographs to database points; CRITERION 4 PAST PERFORMANCE: Offerors will be evaluated on quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact as identified in criterion 1. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Offerors shall have "No record" of significant claims against the firm because of improper or incomplete architectural or engineering services. Submission Requirements: Submit a completed CPARS/ACASS evaluation for each project under criterion 1. If a CPARS/ACASS evaluation is not available, ensure correct phone numbers and email addresses are provided for the client point of contact. CRITERION 5 GEOGRAPHIC LOCATION Offerors will be evaluated on the ability to tasks described in the SOW as it relates to the geographically separate locations. Submission Requirements: Provide a Microsoft Project file of the Gantt chart that lays out the firms approach, timeline and tools to be used in execution of each cemetery to be surveyed. The chart shall display the schedule, milestones, risks and resource support. GENERAL INFORMATION: There will be one selection made from this announcement based on the most qualified offeror. The duration of the contract will be for a 12-month base year and three 12-month options years ordering period from the date of award. The minimum guarantee for the entire contract term is six cemeteries and will be satisfied by the award of the first Task Orders. There will be no dollar limit per task order. All task orders issued on this contract will be firm, fixed-price. The firm selected will be the most highly qualified to perform the required services, based on demonstrated competence and qualifications, in accordance with the evaluation criteria. Type of contract: firm-fixed-price (FFP) IDIQ Architect-Engineer contract. The estimated start date is August 2015. SUBMISSION REQUIREMENTS: Before a SDVOSB is proposed as a potential contractor, they must be verified by VETBIZ and registered in System for Award Management (SAM) (www.sam.gov), AND Vendor Information Pages (VIP) at www.vetbiz.gov database as a "VERIFIED" SDVOSB firm, and must have a current record in the Online Representations and Certifications Application prior to submission of SF330 by close of solicitation. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF330 is submitted will result in their elimination as a proposed contractor. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. The NAICS Code for this acquisition is 541370 and the applicable Small Business Size Standard is not more than $15.0 Million average annual gross revenues for the past three fiscal years. 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. Provide proof the firm is permitted by law to practice the professions of architecture or engineering, (i.e. state registration number, a brief explanation of the firm's licensing in states that do not register firms, etc.). Firms in a joint venture shall include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement shall result in the firm's elimination from further evaluation. The Request for Proposals (RFP) solicitation is anticipated to be issued on or about June 8, 2014. All information for this solicitation will be posted on FedBizOpps http://www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Bidders will be responsible for downloading their own copy of the solicitation package, drawings, and subsequent amendments, if any. The solicitation will be issued pursuant to the authority of Public Law 109-461 38 U.S.C. 8127 and 8128. Telephone, written, facsimile, or e-mail requests for the solicitation will NOT be honored. The Government will not pay, nor reimburse, any costs associated with responding to this request. SF330 PACKAGE SUBMISSION: Submissions shall be in accordance with the following instructions. Submissions received after the required time frame and / or not in compliance with the stated requirements (i.e. exceed the page limits) may be considered at the discretion of the Contracting Officer, if determined to be in the best interest of the Government. Submission of the SF330 package shall be submitted electronically by 2:00PM EST Wednesday, April 29, 2015. Late responses will be handled in accordance with FAR 52.215-1. Written questions pertaining to this requirement should be submitted no later than ¦ Additionally, the submission must include an insert detailing the following information: 1.SF330's, Parts I & II-Submit by email. 2.SF330 Insert-Include the following: Experian Number For the A/E Firm; for all subcontractors and consultants Tax ID Number For the A/E Firm; For all subcontractors and consultants A/E Point of Contact (POC) E-mail address; Phone number for the Primary POC SF 330s will be evaluated to determine the most highly qualified firm based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts shall be used. Characters shall be set at no less than normal spacing and 100% scale. Line spacing shall be set at no less than single space and no more than 1. spacing. Each paragraph shall be separated by at least one blank line. Page numbers, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Firms responding to this requirement are requested to submit one electronic copy via email. All files shall be submitted as Acrobat (PDF) files. All of the files may be compressed (zipped) into one file entitled with the name of the company and Submission- i.e. "name of the company submission.zip" using WinZip 6.2 or later or the submission files may be submitted individually per Introduction. The electronic submission shall be sent to all two email addresses below: Email: VASACDirectorateC@va.gov Email: glenn.burton@va.gov, NOTE: The Government has email/attachment size limitations of 5 megabytes per email. Submission may be sent via mail on a non-rewritable CD, via USPS, UPS, or FedEx. The submission shall indicate on the package and/or shipping label, the name of the firm, the title of the requirement, point of company contact, phone number, and email address. The CD submission shall be hand carried or mailed to: U.S. Department of Veterans Affairs Strategic Acquisition Center 10300 Spotsylvania Ave, Ste 400 Fredericksburg VA 22408 NOTE:The Government is not responsible for information that is not readable or has an error. It is the sole responsibility of the firm to ensure a readable file is submitted. Site visits will not be arranged during this period. This is not a request for proposal. All information needed to submit sf330 documents is contained herein. No solicitation package, technical information, or bidder/plan holder list will be issued. It is the Offeror's responsibility to check the federal business opportunities website at www.fbo.gov for any revisions to this announcement before submission of your sf330s.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f5e841313b6a87b2e6724b05c2a77e3f)
- Document(s)
- Attachment
- File Name: VA119-15-R-0079 VA119-15-R-0079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1960031&FileName=VA119-15-R-0079-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1960031&FileName=VA119-15-R-0079-000.docx
- File Name: VA119-15-R-0079 GIS Locations 4-2-15v2.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1960032&FileName=VA119-15-R-0079-001.xlsx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1960032&FileName=VA119-15-R-0079-001.xlsx
- File Name: VA119-15-R-0079 GIS - SOW.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1960033&FileName=VA119-15-R-0079-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1960033&FileName=VA119-15-R-0079-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA119-15-R-0079 VA119-15-R-0079.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1960031&FileName=VA119-15-R-0079-000.docx)
- Place of Performance
- Address: See Attachments
- Zip Code: 22408
- Zip Code: 22408
- Record
- SN03687081-W 20150404/150402235758-f5e841313b6a87b2e6724b05c2a77e3f (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 |