Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
MODIFICATION

C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT– ENGINEERING (A-E) SERVICES FOR HYDROGRAPHIC AND TOPOGRAPHIC SURVEYS, AERIAL PHOTOGRAPHY, PHOTOGRAMMETRIC MAPPING, ORTHOPHOTOGRAPHY, CADASTRAL MAPPING, LAND PARCEL MAPPING, AERIAL MAPPING AND LIDAR SURVEY

Notice Date
6/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-16-R-0006
 
Archive Date
6/7/2016
 
Point of Contact
Roberto L. Escobedo, Phone: 4155036949, Shirley A. Turnbo, Phone: 415-503-6987
 
E-Mail Address
Roberto.L.Escobedo@usace.army.mil, shirley.a.turnbo@usace.army.mil
(Roberto.L.Escobedo@usace.army.mil, shirley.a.turnbo@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description A. CONTRACT INFORMATION This contract is being procured in accordance with the Brooks Act (Public Law [P.L.] - 92-582) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. These services will be for used primarily within the Corps of Engineers San Francisco District and secondarily for Districts within the South Pacific Division, military and civil boundaries, as determined by the Contracting Officer. Projects will primarily be within the San Francisco District boundaries. The contracts may also be used by other Districts within South Pacific Division (Sacramento, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility which can include CA, NV, UT and AZ and portions of OR, ID, CO and WY. The required services are summarized as follows: 1. Performance of surveys and other mapping services for District programs and projects. 2. Analysis of surveys and mapping for new District planning projects. The intent is to award up to two (2) A-E Single Award Task Order Contracts (SATOCs), with an estimated overall capacity of nine million nine hundred thousand dollars ($9.9M); with a value of $4.95M each under a single solicitation. If two contracts cannot be awarded, then the total capacity of $9.9M will be rolled into one contract if sufficient qualified firms are available. North American Industrial Classification System (NAICS) code is 541370, which has a small business size standard of $15,000,000 in average annual receipts. These contracts are set-aside for small businesses only. This announcement is a total Small Business (SB) set aside, which includes Small Disadvantaged Businesses, Section 8(a) Firms, HUBZone Small Businesses, Women-owned Small Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, and Historically Black Colleges or Universities/Minority Institutions. For Small Business entities, the total amount of A-E Services that can be provided for military construction work (MILCON) on this contract shall be no more than $400,000 in compliance with DFARS 219.502-1. Anti-Antiterrorism and Operations Security (AT/OPSEC) requirements, as well as E-Verify (employment), will be required for all military or critical infrastructure projects; for other tasks, determination will be made per individual task order. For requirements, see attached form ENG FORM 6055, June 2015. Contract Type:Firm Fixed Price Contract (FFP) Work will be issued by negotiated firm-fixed-price task orders. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. Rates will be negotiated for each 12-month period of the contract. The anticipated award of this IDC is August 2016. If the option is exercised, the contract will end August 2021. Solicitation period at minimum will be thirty (30) calendar days from the posting date. The contract will have a thirty-six (36) month base period and one twenty-four (24) month option period. A Minimum Guarantee amount of $2,500 will apply to the first year of the base contract only. The option may be exercised at the discretion of the Government. The option may be exercised early if the total estimated price for the thirty-six (36) month base contract period is exhausted or nearly exhausted. It will be stated in the contract that, notwithstanding the early exercise of the option, the rates to be used for the option periods (if exercised early) shall be the rates that would have been in effect had the options not been exercised early, i.e., if the option is exercised two months prior to the end of the base contract performance period, the base year rates will be in effect for the first two months of the option period. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM, please see the SAM website at https://www.sam.gov/. No State-Level certifications shall be accepted. The Service Contract Act (SCA) (for reference see FAR 22.10) will apply to this acquisition. B. PROJECT INFORMATION The work to be performed under this contract shall consist of, but not be limited to, furnishing all necessary labor, materials, supplies, and equipment required for professional (A-E) services as defined in the contract and as specified by individual task orders. All work shall be accomplished in full compliance with all applicable federal, state and local laws and regulations as well as with established Corps of Engineers manuals, policies, standards and practices, and other professional standards and practices as necessitated by project conditions or task order requirements. Examples of applicable Corps requirements include Engineer Regulation ER-1110-2-1150, the current Architectural/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standards, ERDC/ITL TR-12-1, CAD Drafting Standard, and Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE). Each task order will have its own scope describing required services and schedule based on the complexity of the applicable project. Task Order proposals will be evaluated based on the level of effort for the scope of services developed for individual projects. In addition, the selected firm could be directed to provide supplemental technical and professional services in support of SPN's normal and emergency activities. Services required include all A-E and related services necessary to perform various surveys, including but are not limited to, hydro-surveying, topographic and boundary surveys, aerial photography and LIDAR surveys. Additional information about scope of design, investigations and studies is summarized below. The summary may not represent all types of tasks that may be requested. 1. Geodetic and Water Level Datum Evaluation and Establishment. Evaluate and/or establish geodetic and/or water level networks to meet project specific accuracy and reliability requirements. Complete work in accordance with EM 1110-2-6056: Standards and Procedures Referencing Project Elevation Grades to Nationwide Vertical Datums (31 December 2010), EM 1110-1-1002: Survey Markers and Monumentation (1 March 2012), and EM 1110-1-1003: NAVSTAR Global Positioning System Surveying(28 February 2007). 2. Hydro-surveying. Perform single beam and multi beam acoustic surveys, as well as Side Scan Sonar. Conduct work during high tide, unless otherwise indicated in individual task orders. Complete work in accordance with EM 1110-2-1003: Hydro-Survey (30 November 2013). Technical standards established by State Boards of registration, especially on projects requiring licensed surveyors or mappers, shall be followed when legally applicable. 3. Topographic Surveys. Work shall be completed in accordance with EM 1110-1-1005: Control and Topographic Surveying (1 January 2007). The recommended standard is the ASPRS Accuracy Standards for Large Scale Maps. a. Three Dimensional Surveys: Topographic surveying to determine the planimetric location and topographic relief of features in three dimensions. Surveys may be used to produce Digital Elevation Models (DEM). b. Large Scale Site Plans: Typically 1 inch = 10 feet to 1 inch = 200 feet. c. Digital Spatial Data: Digital mapping, generation of Computer-Aided Drafting and Design (CADD) systems and Geographic Information Systems (GIS), Land Information System (LIS), Automated Mapping/Facility Management (AM/FM) and other spatial databases. d. Ground survey control support. If datum conversions are required, conversions will be provided by district or contractor will submit proposed conversions to district for approval prior to use, as dictated by task order. Restriction: The software program VertCon cannot be used for converting between datums without special, written approval from the district. 4. Boundary Surveys. A Boundary Survey will indicate the extent of any easements, burdening the locus parcel, such as a utility line easement crossing the subject property to a neighboring property or appurtenant to the locus parcel; control surveys, and surveys required for cadastral and land parcel mapping. 5. Aerial Photography, Photogrammetric Mapping, LIDAR Surveys. Conduct all aerial photography and surveys during low tide unless otherwise indicated in individual Task Order. LIDAR surveys may be requested. Complete work in accordance with EM 1110-1-1000: Photogrammetric and LiDAR Mapping (30 April 2013), EM 1110-2-2907: Remote Sensing (1 October 2003), The Federal Geographic Data Committee, Geospatial Accuracy Standards for the recognized industry standard for accuracy compliance criteria; Part 3 - National Standard for Spatial Accuracy (1998), update of Office of Management and Budget United States National Map Accuracy Standards, and Part 4 of the latest FGDC Geospatial Positioning Accuracy Standards. 6. Structural Deformation Surveying: Perform structural deformation surveys on earthen dams, concrete dams, concrete bulkheads and other structures requiring deformation monitoring due to seismic and tectonic movement, as required by the individual Task Order. Complete work in accordance with EM 1110-2-1009, Structural Deformation Surveying (1 June 2002). 7. CADD and GIS Data. All projects shall include metadata fully compliant with the Content Standard for Digital Geospatial Metadata, FGDC-STD-001- 1998, EM 1110-1-2909: Geospatial Data and Systems. The Spatial Data Standards for Facilities, Infrastructure, and Environment is the USACE data content standard. CADD and GIS required data (i.e., vector data) must conform to this standard: EM 1110-1-2909: (CADD) per the A/E/C CADD Standard at https://cadbim.usace.army.mil/CAD (registration required). C. SELECTION CRITERIA (Amended) The selection criteria for this solicitation is listed below in descending order of importance. Criteria (1) and (2) are considered most important and of equal importance; Criteria (3) and (4) are of lesser importance and listed in descending order of importance. Criteria (5) and (6) are secondary and will only be used as tie-breakers among firms ranked technically equal using the primary criteria. Primary Selection Criteria: 1. Specialized Experience and Technical Competence Specialized Experience and Technical Competence (SF 330, Part I, Section F & G): Section F will provide examples of not more than 10 projects completed within the last 5 years that best demonstrate specialized experience and technical competency in: the areas listed above in section B, PROJECT INFORMATION; as outlined below; and of the prime firm and significant subcontractors in working together. Project examples submitted should be of completed projects. All projects cited shall identify design start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F). Prime Contractors that do not have specific experience in the following types of tasks will be evaluated based on their subcontractors' experience. However, projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Demonstrated experience and competency to complete: a. Mapping and Surveying: Hydrographic survey using Multi-beam and single beam surveying and mapping methods. Experience in establishing vertical and horizontal control at project sites; surveying and mapping expertise related to topographic mapping, horizontal and vertical control, construction layout surveys, quantity surveys, property surveys, side-scan surveys, and geodetic surveys. Firms are required to obtain any necessary permits and know and comply with all applicable Federal, state and local laws, regulations and codes. b. GIS and Aerial Photogrammetry: Photogrammetric mapping, LIDAR mapping. c. CADD: Creation of 2D and 3D digital files including various digital elevation models (gridded, TIN, etc.), derived from combination of photogrammetric, field survey total stations, GPS and/or hydrographic survey methods. Deliverables include drawings in AutoCAD (DWG), Microstation (DGN), Arc Info, Arc View, Arc GIS version 10.2.1, and ASCII mass points file (XYZ). Create and provide detailed metadata for all projects. d. Knowledge of Locality: Firms must demonstrate familiarity with the San Francisco District and SPD areas, primarily California, by displaying knowledge of local conditions and demonstrated by location of relevant projects. A surveyor(s) that is local to the West Coast, as a minimum, is preferable. 2. Professional qualifications: Firms shall demonstrate professional and specialized experience for key disciplines. Evaluation of professional qualifications will consider education, training, certifications, registration, relevant experience and longevity with the firm of key technical personnel three 3-years minimum is preferable). Project related experience of new employees with the firm will be considered. Experience in the discipline in which he/she will be working on should be identified. (SF 330, Part I, Sections E & G). Resumes of qualified professional personnel who are certified, registered, and highly trained in the following key disciplines shall be provided. One (1) resume shall be provided for the following disciplines unless otherwise noted: a. Supervisory Certified Land surveyor b. Supervisory hydrographic surveyor c. Senior technician d. GIS/Mapping Specialist. e. Certified Mapping Scientist, LIDAR 3. Past performance: Past performance on Department of Defense (DoD) and other contracts with respect to the quality of work, cost control (maintaining the project cost below the programmed amount), and compliance with performance schedules, as determined by CPARS and other sources. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email. Projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. 4. Capacity to accomplish the work: Adherence to project schedules for all projects is critical to the Government. Completion within the schedule requires the engagement of sufficient and competent staff and subcontractors. Firms must demonstrate the capacity to accomplish multiple task orders in multiple locations simultaneously. Firms shall demonstrate the capacity to accomplish at least two (2) $250,000 individual task orders simultaneously. SECONDARY SELECTION CRITERIA Secondary selection criteria will only be considered in the event of needing a tie-breaker for ranking based on the primary criteria. Secondary Selection Criteria shall consist of (IAW DFARS 236.602-1): 5. SB and SDB Participation: [Defense PGI 236.602-1(a)(6)(C)]. The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. The greater the participation, the greater the consideration. 6. Volume of DOD contract awards received in the last 12 months. D. SUBMISSION REQUIREMENTS Interested Architect-Engineer (A-E) firms having the capabilities to perform this work must submit three (3) copy of SF 330 Part I, and three (3) copy of SF 330 Part II for the prime firm and all consultants/subcontractors including related services questionnaire regarding past performance on non-Government projects to, ATTN: Roberto Escobedo (CESPN-CT), 1455 Market Street, Cubicle 1742C, San Francisco, CA 94103-1398. Excluding the page count for resumes and the SF330 Part II, the SF 330 shall not exceed 50 single pages (25 pages if double sided) 8 ½ x 11, not counting any dividing page used to identify each SF 330 Section; no more than (3) three pages 11 x 17 for org charts, all using 10 or 12 font in either Times New Roman, Arial or Courier. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc.). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In addition to the IDC quality control plan, a task specific quality control plan can be requested for task orders that require non-routine surveying and mapping tasks such as evaluation/adjustment and placement of new vertical datums. These task specific quality control plans must be prepared and approved by the Government as a part of a task order contract award but is not required with this submission. Three hard copies of the SF 330s and attachments, ONE (1) additional copy shall be submitted electronically on a CD. The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by the close of business (3:00 pm local time) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. All responsible sources may submit the required SF 330, which shall be considered by the agency. This is not a request for proposal and no other general notification will be made. Use solicitation number listed (W912P7-16-R-0006) in your submission package. OFFERORS QUESTIONS AND COMMENTS Questions regarding this announcement must be in writing and shall be addressed to Mr. Roberto Escobedo via email at Roberto.L.Escobedo@usace.army.mil. All questions must be submitted no later than 6 May 2016 at 3:00 p.m. Pacific Time to allow time for a response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-16-R-0006/listing.html)
 
Place of Performance
Address: United States Army Corps of Engineers, San Francisco District Area of Responsibility (AOR), San Francisco, California, 94103, United States
Zip Code: 94103
 
Record
SN04139050-W 20160608/160606234120-8b517179beb92b64dcfc6960d98ab533 (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.