SOLICITATION NOTICE
C -- GENERAL SURVEYING, MAPPING AND GEOSPATIAL SERVICES
- Notice Date
- 4/11/2018
- 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, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ18R0019
- Archive Date
- 5/26/2018
- Point of Contact
- Mr. Lennie K. Mattis, Phone: 9783188938
- E-Mail Address
-
lennie.k.mattis@usace.army.mil
(lennie.k.mattis@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Synopsis: 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. North American Industrial Classification System (NAICS) Code is 541370. This announcement is restricted to small businesses (which for NAICS code 541370 is a size standard of $15,000,000 in average annual sales and receipts for the three preceding fiscal years). Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Work will primarily be performed within the boundaries of the New England District, but work may also be required at other locations within the CONUS boundaries of the North Atlantic Division. The contract will be negotiated and awarded with a five-year ordering period. The amount of the contract will not exceed $3,000,000. Work will be issued by negotiated firm-fixed-price task orders. Award of this contract to the subsequently selected firm is anticipated in December 2018. The contract minimum guarantee is $30,000 over the life of the contract. 2. PROJECT INFORMATION: Surveying, mapping, and geospatial services are required at various locations in the Corps New England District (ME, MA, NH, CT, VT, and RI), but could also include other states and districts covered by the U.S. Army Corps of Engineers North Atlantic Division's CONUS mission areas (NY, PA, NJ, DE, MD, VA, WV), and the District of Columbia. The work involves general land surveying, mapping, and geospatial services which includes activities associated with measuring, locating and preparing maps, charts, or other graphical or digital presentations depicting natural and man-made physical features, phenomena and legal boundaries of the earth. Task orders may include: Topographic Surveying, Hydrographic Surveying, Land Surveying, Cartographic Surveying and performing Geographic Information System (GIS) analysis and creating GIS products. Work could include acquiring topographic and hydrographic surveys and mapping data for: design, construction, dredging, master planning, operations, as-built conditions, precise structure stability studies, and property and boundary surveys; monumentation; aerial photography; marking and posting maps, charts, and similar products for general use; and preparation of tract descriptions. Survey collection methods may include, but are not limited to, the following: conventional and electronic instrumentation, electronic total station with data collector, photogrammetry, laser scanning, LiDAR (Light Detection and Ranging), satellite imagery, remote sensing, Real Time Kinematic (RTK) Global Navigation Satellite System (GNSS) equipment capable of centimeter measurement accuracy, multibeam sonar, side scan sonar, sub bottom profiling, remotely operated vehicles (ROVs), autonomous underwater vehicles (AUVs), autonomous surface vehicles (ASVs), or unmanned aerial vehicles (UAVs). Land survey work may require the contractor to produce a detailed map to "ALTA" specifications. Any ALTA Land Survey must meet the "Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys" as adopted by the American Land Title Association, the American Congress on Surveying and Mapping, and the National Society of Professional Surveyors. Geospatial services may include geospatial database development for design, compilation, digitizing, attributing, printing and dissemination of printed or digital maps, charts, and related geospatial database products associated with planning, engineering, operations, and related real estate activities. Final products may need to be distributed and available in several different formats including (but not limited to): American Standard Code for Information Interchange (ASCII), Adobe Portable Document Format (PDF), ESRI Map Exchange Document (MXD), tabular such as Excel spreadsheet or delimited text file, raster imagery such as geographic tagged image file format (GeoTIFF)/Digital Elevation Model (DEM), projected vector data such as shape files or file geodatabases, Federal Geographic Data Committee (FGDC) compliant Extensible Markup Language (XML) metadata, smooth sheet plots to a pre-determined scale, American National Standards Institute (ANSI) D drawings, projected Computer Aided Design (CAD) Drawing Exchange Format (DXF) layers, and Microstation/InRoads Design (DGN)/Digital Terrain Model (DTM) V8i format. All final products shall require no conversion or re-formatting on a PC with Windows 10 operating system. 3. SELECTION CRITERIA: The selection criteria for this particular project 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) 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. Firms must demonstrate specialized experience and technical competence in: (1) Topographic surveying for construction reference planes using RTK GNSS and conventional survey techniques. Firms must own or lease static/kinematic RTK GNSS equipment capable of centimeter measurement accuracy and electronic total station with data collector (2) Preparing individual and multi-tract boundary line surveys along with associated research. (3) CADD data processing software and have the ability to deliver CADD drawings in Microstation 3-D Design File (DGN) (4) Performing Geographic Information System (GIS) analysis and creating GIS products, to include shapefiles, geodatabases, raster layers, ArcMap map documents, and PDF figures exported from ArcMap documents. (5) Hydrographic surveying using RTK GNSS to centimeter measurement accuracy and modern survey techniques such as multibeam sonar, LIDAR, and side scan sonar. Information contained in the SF 330 Part I, Section F and demonstration of having specified equipment and ability to meet accuracy requirements to be addressed in Section H will be the primary basis for evaluation against these criteria. Projects outside of New England or in which the firm's work was completed prior to 2012 will be given less consideration. b. Professional Qualifications. Identification, qualifications, (professional registration/licensure/certification and education) and experience of personnel to accomplish the work specified above. (1) The firm must have on its staff or provide through a consultant(s), personnel with Professional Land Surveyor (PLS) registration in all six New England District states (ME, NH, VT, MA, CT, & RI). Assignments may be given in the remaining seven North Atlantic Division states (NY, NJ, PA, MD, DL, WV, & VA) and the District of Columbia. However, it is not required that the firms demonstrate this capability in their submission; documentation of registration in any other state will be requested should a task order be issued for work in those locations. (2) Resumes demonstrating experience and associated qualifications are required for the following key personnel: project manager, licensed land surveyor(s), topographic survey crew chief (two required), hydrographic survey crew chief, lead CAD technician/specialist, and lead GIS analyst/technician. The evaluation of Professional Qualifications will consider education, training, professional registration/licensure, certifications, and relevant experience of specified personnel performing the role to be used on the contract to accomplish the work specified above, plus longevity with the firm. c. Knowledge of the Locality. Knowledge of the locality in the primary geographic area of New England District as related to required specialized experience and technical competence and professional qualifications. This includes demonstrated knowledge of USGS and state plane coordinate systems and federal and state requirements in all six New England states. d. Past Performance. The firm shall possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined by Past Performance Information Retrieval System (PPIRS) and/or other sources. NOTE: PPIRS is the system in which the Contractor Performance Assessment Reports (CPARS) are stored. The Government will retrieve and evaluate the CPARS reports, if available, for the first three projects provided in Section F, as these projects should be the most relevant project examples provided. (Note a CPARS report will not be available in PPIRS if the contractor has not yet completed their portion of the CPARS.) If the project/s is/are not a federal project or a CPARS report is not available, the firm shall complete Part I of the Past Performance Questionnaire, send it to the customers for these three projects to complete Part II of the Past Performance Questionnaire, request the completed form in a sealed envelope from the customer and submit it in the sealed envelope with the SF330 submission. A blank Past Performance Questionnaire can be found attached to this synopsis/solicitation. The contractor should provide the full contract number and task order number (if applicable) for any Federal contract listed in Section F of the SF330. The evaluation 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 or if no Past Performance Questionnaire is provided. If little to no relevant past performance data (CPARS reports, Past Performance Questionnaires or information in Section H) is available for the three most relevant projects, the Contractor may be given a neutral evaluation regarding past performance. e. Capacity. The firm should demonstrate the capacity to accomplish multiple task orders concurrently while maintaining quality and schedule. Firm must be of sufficient size to field two survey parties, if needed, simultaneously for work under this contract. A firm shall be evaluated on the available capacity of key personnel from the prime firm and its team. However, the prime firm must have the capacity to perform at least 51% of the work themselves over the life of the contract in order to meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14, "Limitations on Subcontracting". The firm should address how they will meet this requirement based upon the assumption that items (1) through (3) listed under "Specialized Experience and Technical Competence" above constitute the preponderance of the work to be performed under this contract. f. Geographic Proximity. Location of the firm's office(s) as well as those of their team in the general geographical area of the six New England states. g. Volume of DoD A-E Contract Awards. Firms shall indicate the volume of DoD A-E contracts awarded to the prime in the last 12 months. The information will be verified and updated during the interviews with the most highly qualified firms. The equitable distribution of DoD A-E contracts among firms will be considered. 4. SUBMISSION REQUIREMENTS: Interested firms able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant and if a joint venture, for the joint venture entity. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. If a joint venture is being utilized, a copy of the joint venture agreement is to be included in Part II. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Contracts Branch, Mr. Lennie K. Mattis not later than 2:00 PM EST on May 11, 2018. Facsimile or e-mail transmissions will not be accepted. Include the firm's DUNS number on the SF 330, Part I, Section B. On the SF 330, Part I, Section C, provide the DUNS number for each consultant. On the SF 330, Part I, Section D, the Organizational Chart may be submitted on 11" x 17" paper (single sided) if necessary. On the SF 330, Part I, Section F, example projects (10 maximum) shall be listed in order of relevance to the type of work anticipated to be performed under this contract. In the SF 330, Part I, Section F, Box 24, provide the following information for each project: month/year the firm's work started and completed; total contract value of the contract and the value of the work performed by the firm and any team subcontractors to be used on this contract; and customer point-of-contact who can be reached for references (phone number and email address). If a sample project is a federal procurement, include the contract number for which the A-E firm performed. In the SF 330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects for which Specialized Experience and Technical Competence is being sought as well as documentation to support past performance selection criteria such as copies of applicable certificates and/or awards. Please submit two bound hard copies, one unbound hard copy, and one electronic copy of all submissions. (CD or DVD only. No USB flash drives can be accepted.) The SF 330, Part I, shall have a page limit of 45 pages. A page is one side of a sheet; 11" x 17" (single sided) counts as two pages. Front and back cover and section dividers do not count toward the page limit. Font size shall not be less than 10 font and the margins for pages that supplement the SF 330 forms shall not be less than one inch with the exception that ½ inch margin are allowed when using the Standard Form 330. Pages in excess of the page limit will not be evaluated. All contractors must be registered in the System for Award Management (SAM) to be considered for award. Information regarding registration can be obtained online at www.sam.gov/potrtal/public/SAM/ or by telephone at 1-866-606-8220. For any general or administrative questions, contact the contract specialist, Mr. Lennie K. Mattis, at 978-318-8938 or via email at Lennie.K.Mattis@usace.army.mil. Solicitation packages are not provided. This is not a request for proposal. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, questions may be directed to the point of contact for this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18R0019/listing.html)
- Place of Performance
- Address: VARIOUS LOCATIONS WITHIN THE CORPS OF ENGINEERS NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY NEW ENGLAND DISTRICT) (ME, NH, VT, MA, CT, AND RI), United States
- Record
- SN04886299-W 20180413/180411231030-8456fa932c7eb5d8670e384d347f135f (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 |