Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR TOPOGRAPHIC AND HYDROGRAPHIC SURVEYING AND MAPPING SERVICES WITHIN THE BOUNDARIES OF PUERTO RICO, THE U.S. VIRGIN ISLANDS, AND OTHER CARIBBEAN ISLANDS

Notice Date
1/18/2018
 
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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-18-R-0017
 
Point of Contact
Remi Eggers, Phone: 9042321139, Susan J. Forchette, Phone: 9042322158
 
E-Mail Address
Remi.J.Eggers@usace.army.mil, susan.j.forchette@usace.army.mil
(Remi.J.Eggers@usace.army.mil, susan.j.forchette@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Interested parties must submit an expression of interest in accordance with the instructions in this synopsis: This announcement will result in three (3) contracts to highly qualified small business firms only. Two (2) of these contracts will be set aside for historically underutilized business zones (HUBZone) and the remaining one (1) contract will be small business. It is the intent of the Government to initially award three (3) contracts from the small business set-aside with two (2) contracts from the historically underutilized business zone set-aside (HUBZone). However, if there are no highly qualified HUBZone set-aside firms the award will be made from the highly qualified small business firms. All firms responding to this announcement MUST identify in which category they are submitting. All firms must state the words (Small Business) or (Historically Underutilized Business Zone) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF330) MUST be submitted for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. Only firms considered highly qualified will be awarded a contract. The contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for four additional years; not to exceed a total of five years. While the estimated dollar amount per year is $1,000,000.00, the actual obligation per year may be greater than or less than the $1,000,000.00. Maximum order limit is $5,000,000.00 for the life of the contract, including options. The Jacksonville District's area of responsibility includes Florida, the Commonwealth of Puerto Rico, the Antilles, and the U.S. Virgin Islands. The primary purpose of this proposed contract is to provide services for projects located within Puerto Rico. Secondarily, the contract may be used to provide services within the U.S. Virgin Islands, other Caribbean islands outside the geographic boundaries of the Jacksonville District. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. Firms submitting responses to this solicitation will be required to meet the performance of work requirements as stated in FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award and or FAR 52.219-14 Limitations on Subcontracting. Firms under consideration for award that fail to demonstrate the ability to comply with the performance of work requirements will be referred to SBA for a Certificate of Competency. Firms must adhere to legal requirements for conducting business in the State of Florida. 2. PROJECT INFORMATION: The work will primarily consist of ground-based and hydrographic surveying and mapping in support of civil works projects. Some projects may require aerial remote sensing. 3. SELECTION CRITERIA The selection criteria for this particular project are listed below in descending order of importance criteria in paragraphs A through E are primary. Criteria F and G are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The A-E shall demonstrate that all expertise requirements are reflected on key personnel resumes. Project summaries should document breadth and depth of expertise and technical competence for the following evaluation criteria. Limit project submissions to 10 projects for the entire A-E team in SF 330 Section F. Additional projects may be included in SF 330 Section H. All projects shall be clearly annotated with applicable A-E firms from the team. Images of work products must be clearly annotated with source of picture, a specific description of what is being presented, and who produced the items depicted in the image. All pages shall be numbered sequentially either for the entire package or within each Section. (1) Control Surveys Clearly demonstrate specialized experience and expertise in acquisition and processing of data to establish horizontal and vertical geodetic control networks using GPS, total stations, and levels. (2) Construction and Topographic Surveys Clearly demonstrate specialized experience and expertise in topographic site surveys, construction layout, and measurement & payment. (3) Inland Hydrographic Surveys (e.g., Canals, Rivers, Lakes, Ponds, etc.) Clearly demonstrate specialized experience and expertise in HYPACK for acquisition and processing of dual-frequency single-beam and multibeam data utilizing RTK GPS for horizontal and vertical positioning of a 12 to 19 foot inland hydrographic survey vessel. The 12 to 19 foot inland hydrographic survey vessel must have a trailer. (4) Nearshore Coastal Hydrographic Surveys (e.g., Harbors) Clearly demonstrate specialized experience and expertise in HYPACK for acquisition and processing of dual-frequency single-beam and multibeam data utilizing RTK GPS with an IMU for horizontal and vertical positioning of a 20 to 30 foot nearshore hydrographic survey vessel. The 20 to 30 foot nearshore hydrographic survey vessel must have a trailer. (5) Real Estate Boundary Surveys Clearly demonstrate specialized experience and expertise in performing legal boundary surveys and producing cadastral maps. (6) Subsurface Utility Engineering (SUE) Surveys Clearly demonstrate specialized experience and expertise in performing SUE surveys. B. QUALIFIED PROFESSIONAL PERSONNEL: A resume is required for each person, showing relevant education and training, intended contract role(s) as defined herein to be filled by person, as well as experience both past and recent (within the last five years). Note one individual possessing the required expertise of more than one contract role is acceptable but the resume must clearly demonstrate meeting the required length of experience of each contract role via documented project assignments/experience. (1) Professional Surveyor/Mapper within Prime Firm At least one key personnel must have a professional license for Land Surveying in the Commonwealth of Puerto Rico. A bachelors or master's degree in geomatics or related field will receive more weight for evaluation. Role in this contract: Professional Surveyor. (2) Topographic Surveying A minimum of two topographic crews is required with resumes. Key personnel having a bachelors or master's degree from a university in geomatics or related field, professional license (including intern EIT/FE, SIT/LSI, CST), or related certification, will receive more weight for evaluation. Role in this contract: Topographic Surveyor. (3) Hydrographic Surveying A minimum of one hydrographic crew is required with resumes. Key personnel having a bachelors or master's degree from a university in geomatics or related field, professional license (including intern EIT/FE, SIT/LSI, CST), certified hydrographer, or related certification, will receive more weight in the evaluation process. Role in this contract: Hydrographic Surveyor. C. CAPACITY TO ACCOMPLISH THE WORK: Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued and accomplish it in accordance with scheduled completion dates, to include emergency response following significant storm events as evidenced by the submitted equipment, the team members, and the subcontracting partnerships (if applicable). The prime firm must demonstrate the ability to accomplish 51% of the work with in-house resources. Include a detailed list of offices, field equipment, platforms of operation (vehicles, vessels, aircraft, airboats, amphibious vehicles, etc.), and sensors (to include data collection systems, positioning, motion sensing, navigation, etc.). The list should include which team member firm owns the equipment or if it is leased. Images of equipment must be clearly annotated with source of picture, a specific description of what is being presented, and who owns the items depicted in the image. D. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Firms must demonstrate past performance in accomplishment of similar work: i) Current Relevant Contracts and Subcontracts - firms must submit information for current relevant contracts and subcontracts including the name, address, and telephone number of references (relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span); ii) Past DOD Performance - past DOD performance data available to the Government will be evaluated (lack of available data will not be evaluated negatively); and iii) Supporting Information - firms may include supporting information such as letters of commendation and information on problems encountered in prior contracts with discussion of actions taken to remedy unsatisfactory performance (lack of supporting information will not be evaluated negatively). E. KNOWLEDGE OF LOCALITY: Firms shall be familiar with surveying and mapping requirements applicable to the Commonwealth of Puerto Rico, the Antilles, and the U.S. Virgin Islands. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY: F. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. G. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Puerto Rico with lower mobilization and demobilization costs will be given preference, provided there is an adequate number of qualified firms for consideration. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit three (3) copies of the SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), three (3) separate copies of SF 330, Part II, for the firm or joint venture and each subcontractor and one (1) cd containing an electronic version of all the proposal documents. Submittal packages must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on February 19, 2018. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The NAICS code is 541370. The size standard is $15,000,000. Responses to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-CT, 701 San Marco Boulevard, Jacksonville, FL 32207-8175, or U.S. Army Corps of Engineers, ATTN: CESAJ-CT, P.O. Box 4970, Jacksonville, FL 32232-0019. NOTE: If the offeror intends to hand deliver the offer, access to this building is controlled by security personnel. Visitors requiring access must present a drivers license, current passport, or similar positive identification. Facsimile copies are not acceptable. Security personnel are neither Government employees nor Government contractor employees. For purposes of determining whether an offer is late, delivery into the hands of security personnel will not constitute delivery to the Government. In order to ensure delivery to the Government, the person that hand-delivers the offers should call the contract specialist whose name appears in the procurement and asks the specialist to send someone to the security desk to take possession of the offer. This is not a request for a priced proposal. You must be registered in the System for Award Management (SAM) database, website at https://www.sam.gov/, in order to be eligible to receive an award from this solicitation. Verbal requests for information must be directed to the Contract Specialist POC appearing in the synopsis. Collect calls cannot be accepted. Written requests for explanation must be sent to the person identified as the Contract Specialist and may be sent via email. Inquires and requests that are directed to any other person may not be relayed to the proper person and; therefore, may not be answered. A pre-proposal teleconference will be held on Feb. 01, 2018 beginning at 1100AM EST. To participate in the teleconference call 877-402-9753 (toll free), access code: 4696035. Due to limited ports, the teleconference is being held only for those firms interested in this specific work. The pre-proposal slideshow, attendance roster, and Q&A will be posted as an attachment to the combined synopsis/solicitation, after the teleconference has concluded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-18-R-0017/listing.html)
 
Place of Performance
Address: THE BOUNDARIES OF PUERTO RICO, THE U.S. VIRGIN ISLANDS, AND OTHER CARIBBEAN ISLAND, Puerto Rico, United States
 
Record
SN04794014-W 20180120/180118231904-9c423c502f9cad0cd6a73c696615dccc (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.