Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2015 FBO #4894
SOLICITATION NOTICE

C -- Firm Fixed Price A-E Contract for Automated Revetment Surveys on the Mississippi, Atchafalaya and Red Rivers, Hydrographic Surveying Services and other Related Services Within the New Orleans District

Notice Date
4/17/2015
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-15-R-0017
 
Response Due
5/18/2015
 
Archive Date
6/17/2015
 
Point of Contact
Rachel Woods, 504-862-1561
 
E-Mail Address
USACE District, New Orleans
(rachel.a.woods@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: Interested firms shall respond by submitting a SF 330, listing their qualifications in accordance with the instructions below. This is not a Request for Proposal. The resulting contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required services. North American Industrial Classification System Code is 541370, which has a size standard of $15,000,000 in average annual receipts. This announcement is set-aside for 100% Small Business. The resulting contract will be Firm Fixed Price type contract. Contract award shall be made consisting of a 12-month base period plus four option periods of 12-months each. Responding firms must address each A-E Selection Criteria and clearly indicate which shall be subcontracted. To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. The cutoff date for questions pertaining to this announcement will be 27 April 2015, not later than 1400 hours CST. The SF 330 due date is 18 May 2015, not later than 1400 hours CST. 2. PROJECT INFORMATION: The New Orleans District requires Hydrographic and Topographic surveys obtained using Differential Global Positioning Systems (DGPS), Real-Time Kinematic (RTK) GPS systems, Virtual Reference Stations (VRS) systems and automated sounding systems for its Revetment surveys at selected locations on the Mississippi, Atchafalaya and Red Rivers. Surveys of the existing revetments shall consist of multibeam surveys of over 362 miles of riverbank at 84 sites on the Mississippi River and approximately 61 miles at 38 sites on the Atchafalaya River and at 3 sites on the Red River. Multibeam data will be provided on a 2x2 foot grid of each site. Firms must indicate capability of using both multi-beam bathymetric and single-beam transducer technology to obtain hydrographic surveys with emphasis on multi-beam surveying capability. No matter how the data are obtained, it shall be edited, combined, transmitted electronically and furnished on digital video disk (DVD), in.XYZ text file format. All multi-beam data shall be edited, thinned to a 2x2 foot gridded file. Additionally, all raw and edited data shall be compressed and transmitted electronically and furnished on DVD. CADD and/or chart deliverables shall be furnished in a format that is 100% compatible with the New Orleans District's MicroStation CADD system, MicroStation V8i or latest version. 3. SELECTION CRITERIA: To be considered for selection, firms shall demonstrate experience in the services stated in paragraph 2 of this announcement including single beam and multibeam hydrographic surveys and topographic surveys, total station and data collector, LSU C4G VRS network, DGPS Systems and RTK GPS systems; have available at least one professional registered land surveyor that is licensed in the State of Louisiana; have at least one 3-person conventional survey crew; one 2-person hydrographic survey crews, and one 2-person Global Positioning System (GPS) crew capable of performing various types of GPS Surveys. The selection criteria are listed in descending order of importance below. Criteria A through E are Primary. Criteria F is Secondary and will only be used as a quote mark tie-breaker quote mark among firms that are essentially technically equal. PRIMARY CRITERIA: a. Specialized Experience and Technical Competence: Submittal must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five years in the types of services specifically indicated in paragraph 2 of this announcement including automated single transducer hydrographic surveying, multibeam hydrographic surveying, conventional surveying, and GPS surveying, both static and RTK. b. Professional Qualifications: The submittal must identify the qualifications of personnel in the following representative disciplines and any other offered disciplines: (1)Registered Professional Land Surveyor, to include State of LA licensing (2)Engineering, Surveying, and CADD technicians (3)Certified Hydrographer Demonstrate professional qualifications necessary for satisfactory performance of required services. The evaluation will consider the education, training, licensing, certification, overall and relevant experience, and longevity with the firm. c. Knowledge of Locality: Submittals must demonstrate familiarity with the New Orleans District's area of operations and knowledge of vertical time dependent positions and changes in vertical datums and epochs unique to New Orleans District. d. Capacity: The prime must be capable of performing more than 50% of the assigned work during any fiscal year throughout the contract. Experience and capabilities of the prime will carry greater significance in ranking. The evaluation will consider the past collaborative experience of the firm, and any joint venture partners or consultants, in similar projects and the availability of an adequate number of personnel in key disciplines to complete the Revetment work within normal schedules. The evaluation will consider the key persons identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II. e. Past Performance: Past performance of the prime, 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 CPARS, PPIRS and other sources. SECONDARY CRITERIA: f. Geographic Proximity: The location of the firm or firms, and its survey crews' stationing, with primary responsibility for the contract with respect to time and distance to the New Orleans District headquarters. 4. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit five printed copies and one electronic copy (CD or DVD) of one Standard Form 330 for the proposed team, to the address below not later than 1400 hrs Central Daylight Time on the closing date of this announcement 18 May 2015. The five primary selection criteria and one secondary criteria listed in paragraph 3 above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Include the firm's DUNS number in SF 330, Block 5. The SF 330 Part I shall not exceed 100 pages (8.5 x 11 inch sheets), including no more than 50 pages for Section H. Submittal exceeding this size will not be considered. Use font type no smaller than point size 11. 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/type/TOP. Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineers, New Orleans District, Attn: Rachel A. Woods, Room 172, 7400 Leake Avenue, New Orleans, LA 70118-1030. Refer to Announcement No. W912P8-15-R-0017. Point of Contact - Rachel Woods (Contract Specialist) Email - Rachel.A.Woods@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-15-R-0017/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN03703281-W 20150419/150417234837-ef89821eea9999bc91c80109b8084b9d (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.