Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2016 FBO #5409
SOLICITATION NOTICE

R -- Boundary Survey at Grayson Lake

Notice Date
9/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Huntington, Attn: CELRH-CT, 502 8th Street, Huntington, West Virginia, 25701-2070, United States
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-16-R-0009
 
Point of Contact
Samantha L. Stiles, Phone: 3043995705
 
E-Mail Address
Samantha.L.Stiles@usace.army.mil
(Samantha.L.Stiles@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks 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 Boundary Survey and Inspection of the Fee Boundary Lands at the Grayson Lake Project Site in Carter and Elliott Counties, Kentucky. Work will be completed under a negotiated firm-fixed price award. The contract is anticipated to be awarded in September 2016. North American Industrial Classification System (NAICs) code is 541370, which has a size standard of $15,000,000.00 in average annual receipts. This announcement is set aside for small businesses only. To be considered eligible for set-aside procedures, firms must clearly indicate on their SF 330 appropriate certification as a small business (self-certification). Limitations on subcontracting are referenced in FAR clause 52.219-14(c)(1), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Quality Control Plans will 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 employees 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. 2. PROJECT INFORMATION: Boundary Survey and Inspection of the Fee Boundary Lands shall consist of utilizing a GIS grade corrected GNSS receiver to stake to and recover 206 fee boundary corners at Grayson Lake Project site along 151 miles of fee boundary, including inspection of the line conditions, the identification of trespasses or encroachments and refreshing of existing paint blazes on trees. Firms must be able to submit surveys and mapping data in the formats and standards requested by the government. The formats for data include, but are not limited to Trimble Business Center, Rinex, Adobe PDF, AutoCAD and Civil3D format 2013 or greater, MS-Word, MS-Excel, ESRI ArcGIS Version 10.1 or higher, and ASCII formats. The files may be requested on CD ROM, DVD, or other electronic transfer; no flash media will be accepted for product deliverables. The contractor will also be required to provide electronic copies of all raw data files from GNSS receivers and data collectors in their unedited format. In addition to the above formats, firms must have e-mail capability for project updates and status reports; and file transfer abilities (FTP, SFTP), etc. The government will only accept the final product, without conversion or reformatting, in the stated formats. Firms must have the capability of complying with all the current U.S. Army Corps of Engineers manuals including EM 1110-1-1002 Survey Markers and Monumentations, EM 1110-1-1005 Control and Topographic Surveying, work may require using the metric system. 3. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A and B are primary. Criteria C is secondary and will only be used as a tie-breaker among firms that are essentially technically equal. All work is to be performed under the supervision of a Registered Land Surveyor. A. Specialized Experience and Technical Competence. Firms must indicate specialized experience and technical competence in: 1) Cadastral surveying capabilities to re-establish, monument and sub-divide parcels, fee tracts, easements tracts, and right-of- ways in accordance with all requirements for boundary survey as set forth by the State of Kentucky. 2) Current experience utilizing GNSS capable receivers for cadastral surveys, boundary surveys, and GIS data collection including use of RTK, VRS and satellite based corrections systems. B. Professional Qualifications to Include Personnel Strength and Equipment Availability. 1) Personnel Strength - Firms must provide resumes that indicate the professional qualifications necessary for satisfactory performance of the required services in each field for the following individuals: Supervisory Professional Land Surveyor with the ability to perform surveys in the Commonwealth of Kentucky. Resumes identifying education, training and/or certification are also required for the following individuals: Professional Land Surveyor or Surveyors; Surveying Technician. The firm or teams shall show a complete organizational chart including names and position titles of the project team including supervision, management, office support staff and a minimum of one survey party. All proposed personnel shall be able to comply with the "Homeland Security Presidential Directive 12: Policy for a Common Identification Standard for Federal Employees and Contractors" (HSPD 12). The contractor shall note any team member who currently hold project level clearance from the Huntington District Security Office including SF85, Questionnaire for Non-Sensitive Positions and FD258 Contractor Fingerprint Cards. 2) Equipment Availability - Firms or teams must provide a list of all equipment expected to be utilized with the contract including model numbers, year purchased, serial numbers and published accuracies for all GIS Grade Geodetic GNSS Receivers. C. Geographic Proximity: Location of the firm in the general geographical area of the Grayson Lake Project Office, Grayson, Kentucky (Carter and Elliott County). 4. SUBMISSION REQUIREMENTS: Interested firms having the capability to perform this work must submit one copy of SF 330 Part I and one copy of SF 330 Part II for the prime firm and all consultants to the above address not later than 4:00 PM on Thursday, September 22, 2016. 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 or you may email your submission to Samantha.L.Stiles@usace.army.mil. 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 Samantha Stiles, Samantha.L.Stiles@usace.army.mil. The SF 330 Part I shall not exceed 10 pages (8.5" x 11"), including no more than 1 page for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 font type.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-16-R-0009/listing.html)
 
Place of Performance
Address: Grayson Lake, 50 Launch Ramp Road, Grayson, Kentucky, 41143, United States
Zip Code: 41143
 
Record
SN04267094-W 20160914/160912235202-3a023a0bc5bbdff2198b45632524e9b4 (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.