Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

C -- Indefinite Delivery Contracts OPS-079, OPS-080, OPS-081, OPS-082 for Surveying Within the New York District Boundaries and other Corps of Engineers Locations within North Atlantic Division/MSC Boundaries.

Notice Date
5/18/2017
 
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, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-17-AE-0002
 
Archive Date
7/5/2017
 
Point of Contact
Mohenda R. Surage, Phone: 9177908088
 
E-Mail Address
mohenda.r.surage@usace.army.mil
(mohenda.r.surage@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, New York District, intends to procure services Indefinite Delivery Contracts OPS-079, OPS-080, OPS-081, OPS-082 for Surveying Within the New York District Boundaries and other Corps of Engineers Locations within North Atlantic Division/MSC Boundaries. These contracts are being procured in accordance with EP_715-1-7 and FAR 16.505(b) (1). A-E firms will be selected from this announcement based on demonstrated competence and qualifications for the required work. Up to four (4) Indefinite Delivery Contract will be negotiated and awarded. This procurement will be 100% small business set-a-side. The length of each contract length is a maximum of 60-months and will not include option periods. The contract amount will not exceed $5,000,000 (EFARS 36.601-3-90(b)). The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued: however, the Government guarantees a minimum ordering obligation as $35,000 for the basic contract (NOTE: This is a minimum ordering obligation: NOT a minimum payment. The contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the Government does not issue orders for the value of the minimum-ordering guarantee.) Task orders will be issued by negotiated firm-fixed price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. Labor rates for each discipline, overhead rates and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th 5th calendar years of the contract. Work distribution between IDCs: Task Orders (TO) will be distributed according to the experience and qualifications of the A-E firms. The specific contractor chosen for a TO will be selected based on factors such as technical expertise, demonstrated performance, specific ability, TO size and complexity, and contractor availability to complete the TO in the time required. We are going to have the A-E firms to compete amongst the highly qualified selectees for this contract. Above all, it is the intent of the New York District to not have a "hollow" contract. The approximate award date of each contract is January 2018. The wages and benefits of service employees (see Far 22.10) performing under this contract 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 of the location of the work). To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM). Register via the System for Award Management (SAM) Internet site at https://www.sam.gov or call at 866-606-8220. 2. PROJECT INFORMATION: This contract consists of a full range of surveying and mapping services within the North Atlantic Division. Hydrographic surveys will constitute approximately 80% of all work orders. Topographic, aerial and cadastral surveys will constitute approximately 20%. Task orders under this contract will be assigned on a rotational basis with other contracts with similar scope of services. The work will be within the North Atlantic Division. Subsistence or per diem will be paid for work beyond a fifty-mile radius of the New York District Office. No subsistence or per diem will be paid for work within a fifty-mile radius of the New York District Office. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. Primary Selection criteria: a. Specialized experience and technical competence: 1. Demonstrate the ability to provide a full range of surveying and mapping services within the North Atlantic Division. 2. Demonstrate ability to establish horizontal and vertical control of Second Order Class II as required 3. The firm must demonstrate they have sufficient staff and equipment to be able to perform at least two task orders simultaneously. 4. Demonstrate the ability to use the New York District current CADD standards: Bentley Microstation V8i (SELECT series 2) - Version 08.11.07.443 and Intergraph InRoads V8i (SELECT series 2) version 08.11.07.49. 5. Demonstrate the ability to use the New York District Coastal Oceanographic HYPACK 2016 for field data collection. 6. Demonstrate the ability to use CADD and their conformity with Architecture/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standard, Release 2 (or latest version) 7. Demonstrate the ability to collect survey data electronically and capability of providing acceptable data formats. 8. The reference grid system will be State Plane Coordinates Systems in NAD 83. Hydrographic surveys must conform to Class 1 criteria as defined in EM1110-2-1003 (Hydrographic Surveying). 9. The A-E's proposal must list both field and office equipment. b. Qualified personnel in the following key disciplines: Note: Resumes must be provided for each discipline i. Principal ii. Project Manager iii. Project Engineer iv. Party Chief v. Survey Technician III vi. Survey Technician IV vii. Survey Technician V viii. Computer Operator ix. Fathometer Operator x. CADD Operator/Computer Processor xi. Drafter xii. Boat Operator xiii. Administrative Assistant xiv. Office Clerical xv. Instrument Operator xvi. Multi Beam Operator xvii. Rod person The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. The firm selected must have one or more senior staff persons licensed to practice Land Surveying in the states of New York and New Jersey. The states of New York and New Jersey have rigorous licensing requirements. For this reason, if required, other states within NAD may provide reciprocity. For the amount of anticipated work outside of New Jersey and New York it is not necessary to require licensing in each state. c. Past performance on contracts with government agencies and private industry with respect to quality of work, cost control, and compliance with performance schedules, as determined by CPARS and other sources. d. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. e. Knowledge of the locality in the general geographical area of the NY District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic Proximity to NY District boundaries. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF330 (06/2004 edition), which includes all sub-consultants information. The SF330 can be found on the following GSA web site: http://www.gsa.gov/portal/forms/type/TOP The forms can be downloaded into a.PDF file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330 include the prime firm's CPARS number in Block H, SF330. For CPARS information, call (207) 438-1690. The total number of pages for the entire SF330 is limited to 90 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF330 is posted on the New York District USACE website: http://www.nan.usace.army.mil Click "Contracting Opportunities with the Army Corps" then "FedBizOpps". Firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government Solicitation. For information visit the SAM website at: https://www.sam.gov. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For more information, visit the SAM website at: https://www.sam.gov. NAICS Code is 541330. Submit three (3) completed SF330's to: Attn: Mr. Stephen DiBari, P.E Room 2037 CENAN-EN-M US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FEDBizOps. The response date will move to the next business day, if the original response date falls on a Saturday, Sunday, or a Federal Holiday. Facsimile transmissions of the SF330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building Operations Division: Prepared by: ____________________________ REGINALD SMITH Project Manager, Survey Section Reviewed by: ______________________ FRANCIS POSTIGLIONE Chief, Survey Section Concurred by: ______________________ RANDALL G. HINTZ Chief, Operations Support Branch Engineering Division: Prepared/Reviewed by: _______________________ STEPHEN DI BARI, P.E. A-E Contracting Coordinator/Contract Administrator _________________________ Concurred by: ROBERT J. GERRITS Chief, Engineering Management Approved by: ____________________ MICHAEL ROVI, P.E. Chief, Engineering Division
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-AE-0002/listing.html)
 
Record
SN04514377-W 20170520/170519000239-8f7b6582a4696ba97da045f429e2edd9 (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.