Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
SOLICITATION NOTICE

C -- Photogrammetric and LiDAR Singel Award Task Order Contract (SATOC) - Synopsis

Notice Date
7/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N18R0029
 
Point of Contact
Thomas J. Cohick, Phone: 5038084615
 
E-Mail Address
thomas.j.cohick@usace.army.mil
(thomas.j.cohick@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis I. CONTRACT INFORMATION A. General The U.S. Army Corps of Engineers, Portland District (NWP) has a need for professional architect-engineering (A-E) services to provide photogrammetry services. Project sites include concrete and earth fill dams, jetties, levees, and floodways. Work under this contract will include the following: • Manned aircraft aerial photography, photogrammetry (aerotriangulation, stereo compilation, orthophotography) and light detection and ranging (LiDAR) remote sensing data collection of large and small project sites • Hydrographic and land surveying to support aerial missions, hydrologic analysis and full-structure mapping of infrastructure that include above and below water surface designs, such as coastal jetties. The primary purpose of these services is to support civil works planning, design, and environmental compliance within NWP's area of responsibility. B. Type and Number of Contracts NWP intends to award one (1) indefinite delivery, firm-fixed-price, single award task order contract (SATOC). The awarded SATOC will have a five (5) year base period and a capacity of $5 million. The minimum guaranteed amount for the five-year base period is $2,500.00. Task orders issued under these SATOCs will have a minimum ordering amount of $3,000.00 and a maximum ordering amount of $1 million per task order. Contract award is anticipated in the first quarter of Fiscal Year 2019.   C. Competition The North American Industry Classification (NAICS) code for this acquisition is 541330 Engineering Services, which has a size standard of $15 million in average annual receipts over the last 3 years. This contract is set aside for small businesses only. At least 50% of the cost of contract performance incurred for personnel must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. Small business contractors are advised that the Small Business Administration recently has issued regulations giving greater latitude to small businesses joint venturing with or subcontracting to similarly situated entities. Please see 13 C.F.R. Parts 121 and 125. The wages and benefits of listed services 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 current at time of award under http://www.wdol.gov, as determined relative to the employee's office location (not the location of the work). Additional information on how to prepare an A-E submittal can be found in Engineering Pamphlet (EP) 715-1-4 - Competing for Architect-Engineer Contracts Awarded by the U.S. Army Corps of Engineers (9/30/2004), available on the U.S. Army Corps of Engineers (USACE) publications website: www.publications.usace.army.mil. D. System for Award Management To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220. Firms must register prior to the due date for responses to this synopsis in order to enable the Contracting Officer's review of SAM Exclusions. E. Service Contract Act Firms are advised that the resulting SATOC will require that the wages and benefits of listed services employees (see FAR 22.10) 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 the work. See http://www.wdol.gov for additional information. II. SELECTION PROCESS Selection for SATOC Negotiation In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), NWP will select a single firm for SATOC negotiation using the procedures set forth in FAR Subpart 36.6 and Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 236.6: • In accordance with FAR 36.602-3(a), NWP will review the Standard Form (SF) 330s submitted in response to this synopsis. • In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), NWP will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS Procedures, Guidance, and Information (PGI) 236.602-1, as set forth in greater detail in this synopsis. • In accordance with FAR 36.602-3(c), NWP will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services described in this synopsis. • On the basis of the above, in accordance with FAR 36.602-3(d), NWP will determine the firms most highly qualified to perform the required services described in this synopsis. • The Source Selection Authority will review the recommendations in accordance with FAR 36.602-3(d) and make the final selection of the most highly qualified firm. III. PROJECT INFORMATION Projects under this contract will require the following data acquisition techniques, data processing methods and fall within the functional areas described below. Typical work to be performed under this contract will be to execute high resolution topographic and bathymetric surveys using a range of remote sensing technologies. Survey methodologies may include high resolution photogrammetric elevation mapping, multi-band aerial imagery acquisition, LiDAR elevation mapping and surface classification, and hydrographic survey elevation mapping, to include deep water and shallow draft data acquisition. Associated land based surveying may be required to supplement the remote sensing derived survey data or to provide ground control points for aerial surveys, GPS control for hydrographic surveys and cross-sectional data acquisition on shallow water and river banks. Data processing and integration of multiple survey types to produce integrated topographic/bathymetric datasets is probable. It is expected that survey work performed under this contract will include a wide-variety of infrastructure and other project elements that are relevant to the USACE mission. The project types and locations typically will include the following: • Coastal structures, such as jetties, breakwaters and the surrounding areas, both above and below water surface. • Dynamic river systems of varying river channel patterns and sizes. • Dams (concrete and earthen) and associated features above and below water surface. • Upland and in-water dredged materials disposal sites and adjacent areas. • Ecosystem restoration project locations, both pre and post construction activities. • Ecological and biological monitoring of various plant and animal species in varying locals. IV. SUBMISSION REQUIREMENTS A. General Instructions Submit an SF 330, following the instructions set forth in that form except as supplemented below. Do not submit any additional information not required by the SF 330's instructions as supplemented by the supplemental instructions set forth below. NWP will not consider any such additional information in its evaluation of firms' SF 330s. Except as otherwise permitted below, firms must use the fillable version of SF 330 available on the U.S. General Services Administration website at https://www.gsa.gov/portal/forms/download/116486, using the space available and font settings embedded in that document. Submit one (1) original and three (3) hard copies, as well as one (1).pdf copy on a CD, of the SF 330 and required attachments to the address listed below no later than 2:00 PM on July 16, 2018. This is not a request for proposal. B. Supplemental Instructions 1. SF 330 Part I, Section C If additional room is needed to complete Part I, Section C because the proposed team consists of more than six firms, attach as many additional Part I, Section Cs as necessary to complete Part I, Section C. If submitting additional Part I, Section Cs, alter the identifiers in the first column (i.e., a. - f.) using the same convention so that each member of the team has a unique identifier. For example, the first six firms would be identified as a. - f., the second six firms would be identified as g. - l., and so on. 2. SF 330 Part I, Section E Submit one Part I, Section E for each of the following key personnel. • Lead Hydrographer • LiDAR Project Manager • Party Chief/Field Supervisor • Supervisory Photogrammetrist • Supervisory/Registered Land Surveyor 3. SF 330 Part I, Section F Submit at least three (3) and no more than five (5) projects that demonstrate your team's experience performing work similar to that described in this synopsis. To be considered, each project must have been performed within six (6) years of the date that responses to this synopsis are due. Submit one Part I, Section F for each project. Please note: An indefinite-delivery/indefinite-quantity (IDIQ) contract or other similar ordering vehicle is not considered a "project". A single task order issued under an IDIQ or other similar ordering vehicle may be considered a "project". If additional room is needed to complete Block 25 because more than six firms from Part I, Section C were involved in the project, attach a continuation page providing only the necessary additional Block 25 information. Alter the firm identifiers in the first column as needed for consistency with Part I, Section C. 4. SF 330 Part I, Section H Submit one Part I, Section H for the requirement below. a. Volume of DoD Contracts Provide information regarding all DoD A-E contracts awarded to all firms listed in Part I, Section C within the past twelve (12) months from issue date of this synopsis. List all contract numbers, task orders, and modifications, and include their award dates and total negotiated fees. Submit additional pages only if necessary to provide complete information. 5. Past Performance Submit information regarding past performance as an attachment to the SF 330. For each project submitted in Part I, Section F, submit one of the following: • A completed Contractor Performance Assessment Reporting System (CPARS) evaluation, if available. • If a completed CPARS evaluation is not available, submit a completed Past Performance Questionnaire (PPQ) for the project. The standard PPQ for USACE is Form PPQ-0 (9/30/11), and is provided as an attachment to this synopsis. Firms are advised to ensure correct phone numbers and email addresses are provided for the client point of contact. Do not submit a PPQ when a completed CPARS evaluation is available. o If the firm is unable to obtain a completed PPQ from a client for a project(s) before the submission closing date, the offeror should complete and submit the first page of the PPQ, which will provide contract and client information for the respective project(s). o Firms should follow up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Thomas Cohick, via email at thomas.j.cohick@usace.army.mil, prior to the submission closing date. Firms shall instruct the clients to refer to the synopsis number in the subject line. o PPQs are source selection materials. All successfully submitted PPQs will receive an email confirmation upon receipt. If the firm does not receive the confirmation, it is the firm's responsibility to follow up to ensure the Government has received the information. In addition to the above, the Government may review other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS (Past Performance Information Retrieval System) including CPARS, using all CAGE/DUNS (Commercial and Government Entity/Data Universal Numbering System) numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the firm's SF 330, inquiries of owner representative(s), FAPIIS (Federal Awardee Performance and Integrity Information System), or other databases; telephone interviews with organizations familiar with the firm's performance, Government personnel with personal knowledge of the firm's performance capability, and any other known sources not provided by the firm. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate, and complete past performance information rests with the firm. In reviewing past performance information, the Government will take into account the relevancy of the past performed work in addition to how well the firm performed. 6. SF 330, Part II Submit one SF 330, Part II for each firm listed in Part I, Section C. V. SELECTION CRITERIA NWP will evaluate firms' qualifications under the selection criteria set forth below. The selection criteria are listed in descending order of importance. Criteria A-E are primary factors and will be evaluated for all firms. The remaining criteria are secondary factors and will be used only as tie-breakers among technically equal firms. The firms that demonstrate the highest aggregate qualifications relevant to the primary selection criteria will be considered the most highly qualified to perform the required services described in this synopsis. A. Specialized Experience and Technical Competence NWP will evaluate firms' specialized experience and technical competence in the type of work required, including an assessment of the breadth and depth of firms' demonstrated specialized experience and technical competence in the following: • Traditional and automated (SfM) photogrammetry • Integrating multiple surveys into a single XYZ dataset • Utilizing both topographic and topographic/bathymetric LiDAR sensors • Integrated topographic/bathymetric mapping surveys of coastal structures • High resolution aerial photo acquisition • Large and small footprint aerial and terrestrial LiDAR surveys The evaluation of this criterion also will include an assessment of firms' concepts and the relative utility of alternative methods of furnishing the required services, which will be the subject of the discussions described in Section II above. B. Professional Qualifications Necessary for Satisfactory Performance NWP will evaluate firms' professional qualifications necessary for satisfactory performance of the required services. C. Knowledge of the Locality NWP will evaluate firms' demonstrated knowledge of local conditions within NWP's area of responsibility. D. Capacity to Accomplish the Work in the Required Time NWP will evaluate firms' ability to meet workload requirements (including multiple concurrent task orders) primarily through a review of Part II of firms' SF 330s, but may consider any other relevant information bearing on capacity. E. Past Performance NWP will evaluate firms' past performance on the projects submitted in SF 330 Part I, Section F in terms of cost control, quality of work, and compliance with performance schedules. F. Geographic Proximity NWP will evaluate firms' geographic proximity to the work to be performed. G. Volume of DoD Contracts NWP will evaluate firms' total volume of DoD contracts awarded in the twelve (12) months prior to the issue date of this synopsis as set forth in Part I, Section H. VI. QUESTIONS AND INQUIRIES ABOUT THIS SYNOPSIS Submit all inquiries regarding this synopsis via ProjNet-Bid. Telephone and email inquiries will not be accepted. ProjNet-Bid is a web-based program that allows submitters to post questions regarding the synopsis and to view all questions by other submitters and answers by NWP. ProjNet-Bid can be accessed through ProjNet at https://www.projnet.org/projnet/. To access the ProjNet-Bid website the first time: (1) Click the Bid tab (2) Click Bidder Inquiry. (The Agency is USACE.) (3) Enter the following information for access: a. The Bidder Inquiry Key: 6IDV6J-NG52IX b. Valid business contact information (e.g., company name, contact person, business address, phone number and email address) (required on first project only) c. Establish secret question and answer which will be used as a password. (Required on first project only.) (4) For subsequent access use your email address, the Bid Inquiry Key and response to the secret question to access the ProjNet-Bid Module. (5) Submit questions or review questions and answers. (A firm that submits a question will receive an automated email notification that its question has been received. When an answer is posted to a question, the question and answer are then available for all other firms to review. (6) For a specific step-by-step for POSTING YOUR INQUIRIES, is available in the Reference link on the Contract Viewer. (7) For questions about the ProjNet-Bid, please contact the Call Center help desk toll free at 1-800-428-HELP, which operates from 8:00 AM to 5:00 PM (Pacific US time zone). ProjNet-Bid questions can also be emailed to the helpdesk at staff@rcesupport.com. The cutoff for questions and inquires is August 16, 2018, 2:00 PM (Pacific). All firms submitting an SF 330 in response to this synopsis will be held to have reviewed the questions and responses in ProjNet-Bid prior to their submission. Administrative questions should be directed to Thomas J. Cohick at thomas.j.cohick@usace.army.mil. The secondary point of contact is Carolyn J. Randolph at carolyn.j.randolph@usace.army.mil. The point of contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at (503) 808-4602 or Carol.A.McIntyre@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N18R0029/listing.html)
 
Place of Performance
Address: Portland, Oregon, 97204, United States
Zip Code: 97204
 
Record
SN04985653-W 20180712/180710231336-84f6db69b22e404687f4a92864dcdf95 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.