SOURCES SOUGHT
T -- Hydrographic and Aerial Surveying
- Notice Date
- 11/3/2017
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-18-R-0007
- Archive Date
- 11/30/2017
- Point of Contact
- Danita Young,
- E-Mail Address
-
danita.a.young@usace.army.mil
(danita.a.young@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: INDEFINITE DELIVERY CONTRACT FOR HYDROGRAPHIC AND AERIAL SURVEYING WITHIN THE U.S. ARMY CORPS of ENGINEERS NORFOLK DISTRICT SUBMISSION REQUIREMENTS: THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL. A SOLICITATION PACKAGE WILL NOT BE PROVIDED. The purpose of this sources sought notice is to determine if there are two (2) or more capable small businesses that can perform the requirements of the planned contract. Interested firms having the capability to perform this work must submit one (1) copy of SF 330 for the design team and one (1) copy of SF 330 for the prime firm and all consultants to the following email address, danita.a.young@usace.army.mil not later than the response date indicated in this announcement. All primary requirements of the provided Selection Criteria must be met by all interested firms. SF 330 form can be found at the following website, https://www.gsa.gov/reference/forms. Information received in response to this notice will be considered solely for the purpose of determining small business participation. The government will not reimburse firms for any costs associated with the preparation and submission of the SF 330. DESCRIPTION: 1. Contract Information: The U.S. Army Corps of Engineers, Norfolk District intends to solicit for Architect-Engineering (A-E) services for hydrographic surveying, aerial surveying and mapping services to be performed within the North Atlantic Division. These services will be procured in accordance with The Brooks Act-Public Law 92-582 and FAR Part 36.6, Architect-Engineer Services. The proposed action will result in a single award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with firm fixed price and cost reimbursable contract line items (CLINs) and five year base period of performance. The proposed total value of this effort is $6,000,000.00. The wages and benefits of service employees (see FAR Subpart 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. Project Information: This project will consist of engineering, design, preparation of plans and specifications, cost estimates, reports and possible development of Long Term Management Strategies (LTMS) for navigation and flood risk management project(s) within the jurisdiction of the Norfolk District. A-E services may include site investigations, topographic surveys, geodetic surveys, hydrographic surveys, aerial surveying, and tidal studies meeting National Ocean Service standards, development of LTMS for Dredged Material Placement Areas, preparation of plans and specifications and cost estimates for construction of minor projects and preparation of reports. 3. Selection Criteria: The proposed selection criteria for this project is listed below. Criteria A-F are primary. Criterion G is secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. SELECTION CRITERIA: A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided that the nature and extent of all contractor team arrangements are identified and disclosed. Contractors should describe the nature and extent of prior teaming experience with the proposed subcontractors. 1. Demonstrated experience to handle a variety of civil engineering, Hydrographic surveying, geodetic surveying, aerial surveying and topographic surveying work relating to maintenance and new work dredging of river, harbor and beach nourishment projects 2. Demonstrated experience in the application of the Dredged Material Research Program results in the design and implementation of dredging projects and long term dredge material placement solutions. 3. Must show the capacity of performing extensive hydrographic, geodetic, boundary, and topographic surveys and producing charts and design documents meeting US Army Corps of Engineers criteria. 4. Demonstrated experience and capability to perform bathymetry (multi-beam and single beam) and side scan sonar surveys that meet Corps of Engineers criteria using an automated hydrographic survey system in depths ranging from 0 feet to greater than 60 feet in protected and unprotected waters such as the Atlantic Ocean and Chesapeake Bay. Demonstrated experience and capability to perform side scan sonar surveys in search of underwater targets as small as a 3 feet by 3 feet object. 5. Demonstrated experience and capability to collect water and sediment samples in rivers, bays, and oceans in depths ranging from 0 feet to greater than 60feet. The samples must be obtained with accurate horizontal locations and depths that meet the Corps of Engineers criteria. Firms are required to identify and describe equipment to be used for automated hydrographic surveying and positioning and the vessel in which the survey and positioning equipment will be mounted. 6. Computer Resources - firms must indicate in Block (h) of the Standard Form 330 the following items: (a) accessibility to and familiarity with the Construction Criteria Base (CCB) system. This shall include as a minimum, the SPECSINTACT specification system and the MCASES estimating system: (b) demonstrated CADD capability with capacity to produce output files in.dxf and.dwg and either.pdf or.cal file format. (c) Provide survey data in HYPACK and xyz files and side scan sonar data must be compatible to be reviewed in Sonar Wiz. (d) All survey data must be accompanied by metdata in the Norfolk District format. 7. Demonstrated experience and capability to perform tidal studies meeting NOAA National Ocean Service standards. B. PROFESSIONAL QUALIFICATIONS: 1. The design team must possess currently registered professional personnel (in-house) in the CIVIL ENGINEERING discipline, a Licensed Surveyor in the SURVEYING discipline, a certified hydrogarpher and experienced personnel (in-house or by use of consultant) in ENVIRONMENTAL ENGINEERING. 2. A Project Team Management Plan including team organization and proposed method of carrying out to meet specific individual task order requirements and schedules. C. CAPACITY: To accomplish the work in the required time: Firms must demonstrate ability of the design team to complete the project as scheduled. To respond to emergency survey needs of the Norfolk District Hydrographic surveys, side scan sonar surveys and topographic surveys). Firms must indicate their ability and capacity to respond by having a survey team on site with all equipment required to perform the required duties within 8 hours of notification. D. Past Performance on Department of Defense (DoD) and other contracts: Past performance evaluation shall include the use of the following techniques: 1. Contractor Performance Assessment Report (CPAR) evaluations (superior performance evaluations on recent completed project are advantageous). 2. Letters of evaluation/recognition by other clients. 3. Cost control and estimating performance as a percentage deviation between the final estimate and low bid on similar TYPE and SIZE projects. 4. On-time delivery of design for DOD and similar projects. E. KNOWLEDGE OF LOCALITY: Firms must demonstrate familiarity and knowledge of codes, laws, permits and construction materials and methods within the contract area. As indicated above, the contract area is primarily focused within the Norfolk District, U.S. Army Corps of Engineers and the North Atlantic Division. Information presented shall demonstrate general understanding with specific experience as applicable. F. SB and SDB Participation: Include as a secondary criterion in all unrestricted synopses. State similar to the following: "Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total estimated". G. Geographic Proximity: Location of the firm in the general geographical area of the Norfolk District, Corps of Engineers. H. Equitable Distribution of DOD Contracts: Volume of DoD A-E contract awards in the past 12 months with the equitable distribution of DoD A-E contracts among qualified firms, including minority owned firms, SB and SDB participation and firms that have not had prior DoD contracts will only be considered when used as a "tie-breaker". Consideration may include: (1) CPARS retrievals, (2) Current workload as listed in Block H and (3) Equitable distribution of work among A-E firms (including minority-owned firms, SB and SDB participation and firms that have not had prior DoD contracts will only be considered when used as a "tie-breaker".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-R-0007/listing.html)
- Record
- SN04731508-W 20171105/171103230948-3df13701ffc51f65bb3fb98135086216 (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 |