Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
MODIFICATION

C -- Small Business Set-Aside – Architect Engineering (A-E) – Indefinite Delivery Indefinite Quantity (IDIQ) Contract – Survey and Mapping Services

Notice Date
2/16/2017
 
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, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-17-R-0018
 
Archive Date
3/21/2017
 
Point of Contact
JOHN SCOLA, , Travis Shaw, Phone: 206-764-3527
 
E-Mail Address
JOHN.P.SCOLA@USACE.ARMY.MIL, travis.c.shaw@usace.army.mil
(JOHN.P.SCOLA@USACE.ARMY.MIL, travis.c.shaw@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Small Business Set-Aside - Architect Engineering (A-E) - Indefinite Delivery Indefinite Quantity (IDIQ) Contract - Survey and Mapping Services 1. CONTRACT INFORMATION: This contract is being procured in accordance with 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 work. The services will consist of performing various surveys, which include, but are not limited to: 3D Civil Information Models (CIM) deliverables, including subsurface utility engineering (SUE) surveys; topographic, boundary, aerial photogrammetric, LIDAR, structural deformation, and small hydrographic surveys; and GIS deliverables, for Army, Air Force, and other agencies' projects within the USACE Seattle, Walla Walla and Portland Districts' boundaries. The A-E will be required to prepare deliverables using current Army, Air Force, Corps of Engineers and other agency standards, as required for a variety of projects. The government anticipates that one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract will be negotiated and awarded, with a three (3) year base-period with no option periods. However, if the Contracting Officer determines during the selection process that the number of awarded contracts should be adjusted based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. The total monetary capacity for this contract is one million eight hundred thousand dollars ($1.8M) cumulative for the three (3)-year period. Work will be issued by negotiated firm-fixed-price task orders. North American Industrial Classification System code is 541370, Surveying and Mapping, (except Geophysical) Services. This announcement is open to all small business concerns. For the purposes of this procurement, a concern is considered a small business if its annual gross receipts are $15 million or less. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of work). To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the System for Award Management (SAM). For information in regard to opening a SAM account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. 2. PROJECT INFORMATION: Surveying and mapping services are required to support the USACE civil works and military missions including the planning, design, and construction of water resource and military projects. Surveys will be required on public and private lands, USACE projects and military installations. Work under this contract may include, but not be limited to, any of the following products and activities: (a) Survey CIM (Civil Information Modeling) which consists of 3D modeled content of existing conditions accurate in form, location and orientation with attributed points and elements, (1) Topography (2) Surface Utilities (3) Subsurface Utilities physically located by a Subsurface Utility Engineering (SUE) firm (4) Hydrography (b) Cadastral and boundary surveys (c) Horizontal and vertical control networks for establishing grid coordinate systems (d) Profiles and cross sections (e) Aerial photography, analytical aerotriangulation, stereo mapping compilation, orthophotography, airborne LiDAR, and land use/land cover interpretation (f) GIS Geodatabase The individual task order will specify how directly readable and fully operational files must be submitted; software platforms may include, but not be limited to: (a) Bentley Systems (.dgn) (1) MicroStation (2) InRoads (b) Autodesk (.dwg) (1) AutoCAD (2) Civil3D (c) ESRI ArcGIS Firms should have experience with the versions of the USACE Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE), A/E/C Graphics Standard, and the A/E/C CAD Standard. In addition, Federal Geographic Data Committee (FGDC)-compliant Metadata files are required for all survey, mapping and GIS work performed. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance. Criteria A-E are primary criteria. Criteria F-G are secondary criteria and will only be used as ‘tie-breakers' among firms that are essentially technically equal. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. (A) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the firm demonstrated during the past five (5) years in the broad range of survey work required for this contract. Firms evaluated as being highly qualified will demonstrate experience in the following areas, listed in descending order of importance. (1) Measuring and modeling of 3D field survey data, especially comprehensive surface and subsurface utility surveys. (2) Mapping in accordance with EM 1110-1-1000, "Photogrammetric Mapping" including LiDAR data collection and processing (3) Practicing Quality Management Procedures (4) Cadastral and boundary surveying including records research (5) Completing simultaneous projects in differing geographic areas (6) Performing small hydrographic surveying projects Firms able to demonstrate proficiency working with 3D modeling and the required A/E/C Graphics Standard, A/E/C CAD Standard, and Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) will be rated more favorably in this criterion. The basis of the evaluation will be the information in Sections F and H of the SF330. (B) PROFESSIONAL QUALIFICATIONS of a firm's staff and team consultants to be assigned to this contract will be evaluated by the following criteria. The education, training, professional registration, voluntary certification (e.g., Certified Photogrammetrist, GIS Professional, etc.), proposed job title, overall relevant experience, longevity with the firm, and experience of key personnel will be considered. This criteria is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. Responding firms should demonstrate the professional qualification of their staff in these key disciplines, which are listed in descending order of importance: (1) Project Manager - Project Manager for this contract should be at least one of the professional disciplines described in (2) or (3) below. (2) Land Surveyor - Land boundary surveys require the direct responsible and continuous on the ground supervision and review by a Licensed Professional Land Surveyor registered in the state where the work is to be performed. Names, qualifications and registration information (including the State in which the Land Surveyor is registered) of all Professionals must be fully documented. (3) Photogrammetrist - American Society for Photogrammetry and Remote Sensing (ASPRS) Certification should be included, if applicable. (4) Civil Information Modeling (CIM)/CAD Technician (5) Hydrographic Surveyor - National Society of Professional Surveyors (NSPS) / The Hydrographic Society of America (THSOA) Certification should be included, if applicable. (6) GIS Specialist Document disciplines which have experience with the use of photogrammetric, CIM, CAD, land surveying and GIS equipment and software to include, but not limited to, stereo-compilers. Personnel able to demonstrate proficiency working with 3D modeling and the required A/E/C Graphics Standard, A/E/C CAD Standard, and SDSFIE will be rated more favorably in this criterion. The basis of the evaluation will be the information in Sections E, G, and H of the SF330. (C) PAST PERFORMANCE on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. CPARS is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330. Each project in Section F of the SF330 shall include project owner's contact information. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm if none is available from CPARS. The board will consider the relevancy of each performance evaluation on A-E services contracts to the proposed contract, including the type of work, contractor's performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. (D) CAPACITY of key disciplines. The Government will consider available capacity of key disciplines identified above from the Prime and its team consultants to perform work in the required time. The basis of the evaluation will be the information in Section H (i.e. a table of total capacity for each key discipline) and Part II of the SF330. A table with the essential information from Section H and Part II of the SF330 is preferred but not required. (E) KNOWLEDGE OF THE LOCALITY of the team. The board will evaluate a team's familiarity with local conditions. Work under these contracts may be in a widely dispersed geographic area; therefore, responding firms should demonstrate the extent of their capabilities to serve projects located throughout the Pacific Northwest. The basis of the evaluation will be the information in Section H of the SF330. (F) GEOGRAPHICAL PROXIMITY to the NWS district office and its engineering and construction personnel located in the covered states of Idaho, Oregon, Montana, and Washington. (G) VOLUME OF DoD A-E CONTRACT AWARDS in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates, and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. The basis of the evaluation will be the information in Section H of the SF330. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) original plus three (3) copies (four (4) total hard copies) and one (1) CD or DVD with searchable Adobe PDF files of one SF330 (08/2016 edition) for the prime firm that includes all team consultants. Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections Band C. A maximum of ten (10) projects for the proposed team, including joint ventures and teaming partners, shall be shown in Section F. For the maximum of ten (10) projects submitted in Section F of the SF330, a "project" is defined as work performed at one site or at a single installation. An Indefinite Delivery Contract (IDC) is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state the extent of work performed by the team, extent of work completed, and dates of completion. If the offeror provides a specific task order as its "project," it shall provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its "project," it shall provide the contract number for reference purposes. Firms should include information regarding the Secondary Selection Criteria in Section H of the SF330. The SF330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages if printed on one side, and four (4) pages if printed on both sides. For all SF330 sections, use no smaller than 10 pt. font. Submittals must be mailed or delivered to the following address not later than 6 March 2017, 2:00 pm Pacific Time (no faxed or other electronic submittals will be accepted): EMAIL: Emailed Proposal will NOT be accepted. FAX: Faxed Proposal will NOT be accepted. FED-EX/UPS: John Scola, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District CECT-NWS 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 Note: Commercial Carriers will not deliver to PO Boxes MAIL: John Scola, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District CECT-NWS PO Box 3755 Seattle, WA 98124-3755 HAND DELIVERY: John Scola, Contract Specialist, Building 1202 U.S. Army Corps of Engineers, Seattle District CECT-NWS 4735 East Marginal Way S., Bldg #1202 Seattle, WA 98134-2385 The method of Hand Delivery has changed and takes longer than the previous method of arriving at the Federal Center South building (#1201) lobby to deliver your SF330. Please allow sufficient time to allow for heightened security at Government installations and to get to our new location in Oxbow Building #1202. Allow time to park, pass through a metal detector, sign in, and receive a building pass at the Federal Center South Building (#1201). From there, you will be directed to the new USACE Oxbow Building (#1202) which sits behind the Federal Center South Building (#1201). Allow additional time. Report to the Security Desk in the lobby of the USACE Oxbow Building and call Sonia Frees, Procurement Technician, at 206-764-3516. A Contracting representative will come down and accept your SF330. Submit questions, in writing only, to John P. Scola (Contract Specialist) at john.p.scola@usace.army.mil or Travis Shaw (Technical Advisor) at travis.c.shaw@usace.army.mil. Questions must be submitted no later than COB on 27 February 2017 and must contain the solicitation number in the subject line of the e-mail. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-17-R-0018/listing.html)
 
Record
SN04405718-W 20170218/170216235036-510627c3cf658f7d1e62e5d805a91c51 (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  © 1994-2020, Loren Data Corp.