Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

B -- SBRF Hydrographic/Magnetometer Survey - Attachments

Notice Date
7/18/2018
 
Notice Type
Presolicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), MAR-380, 1200 New Jersey Ave., SE, W28-201, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
6991PE18Q000024
 
Archive Date
8/17/2018
 
Point of Contact
Melissa E. Reams, Phone: 5104572587
 
E-Mail Address
melissa.reams@dot.gov
(melissa.reams@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PPQ Magnetometer Survey Map Hydrographic Survey Map SOW SF330 ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR QUOTATIONS (RFQ) PACKAGE TO DOWNLOAD. The Department of Transportation (DOT), Maritime Administration (MARAD) is the sponsor for this effort. MARAD seeks a qualified vendor capable of performing a Class 1 Multi-Beam Hydrographic Survey and Magnetometer Survey in General Anchorage #26, Suisun Bay, Benicia, California IAW the attached Statement of Work. Performance of the Hydrographic Survey is for a base plus four option years. Magnetometer Survey is for the base year only. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. This requirement is set-aside for small businesses. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541360. MARAD intends to award a single Firm fixedprice Purchase Order (PO). The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. A-E services required: Hydrographic Survey and Magnetometer Survey in General Anchorage #26, Suisun Bay, Benicia, California IAW the attached Statement of Work. All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov. In accordance with the FAR 36.601-4(b) the AE firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Provide proof that firm is permitted by law to practice the professions of architecture or engineering, (e.g.., state registration number, or a brief explanation of the firm's licensing in jurisdictions that do not register firms, etc.). This documentation is not counted as part of the 30-page limitation. Failure to submit the required proof could result in a firm's elimination from consideration. FIRMS WHO ARE OFFERING AS A JOINT VENTURE SHOULD INCLUDE WITH THEIR SUBMISSION A COPY OF THE JOINT VENTURE AGREEMENT. FAILURE TO INCLUDE THE JOINT VENTURE AGREEMENT WILL RESULT IN THE FIRM'S ELIMINATION FROM FURTHER EVALUATION. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired. SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed thirty (30) single-sided 8.5 by 11 inch pages (the page limit does not include Organizational Chart, ISRs, certificates, PPQs, or licenses, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart in Section D may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). The Organization Chart will not be counted against the 30-page limitation. Introductions in Sections E and F are not required. Please include your DUNS and CAGE numbers in Block 30 of the SF-330. Responses are due to the Contracting Officer, Melissa Reams, at melissa.reams@dot.gov no later than no later than, 5:00 P.M. Pacific Time on August 2nd, 2018. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). Electronic (E-mail) submissions are authorized. SELECTION CRITERIA The A-E firm must demonstrate the team's qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria 1 through 4 are considered most important and equal among themselves; Criteria 5 is of lesser importance and will be used as a tiebreaker among technically equal firms. SF330s will be evaluated to determine the most highly-qualified firm based on criterion responses. Failure to provide requested data or to comply with the instructions in this notice could result in a firm being considered less qualified or eliminated from consideration. Brooks Act (PL 92-582) and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures apply. Specific evaluation criteria include: Criterion 1-Specialized Experience (SF 330 Part I, Section F): Projects should demonstrate the ability to perform both hydrographic magnetometer surveys and provide subsequent analysis and reports. SUBMISSION REQUIREMENTS: Firms shall provide a maximum of seven (7) projects completed, or substantially completed, within the five years prior to the SF330 due date that best illustrate specialized experience of the proposed team in the areas set forth above. A substantially completed project would include completed documentation that does not have to be a final deliverable(s); however, the documentation cannot have data gaps or missing analysis. At least five of the seven projects submitted must be in the principle geographic area of this contract. All projects provided in the SF330 must have been performed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part I, Section F, item 25-"Firms from Section C Involved in this Project," block 1; include a contract number, task order number, or project identification number in block 21; include an e-mail address and phone number for the point of contact in block 23(c); and include, in the project description, the contract period of performance, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the offeror is a joint venture, submit relevant project experience for the joint venture (if shared experience is available); otherwise, project experience may be submitted for any joint venture partner(s). Joint venture offerors are still limited to a maximum of seven projects. If a project was performed by a joint venture, and all joint venture partners on that project are not on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner(s) offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and that entity's roles and responsibilities on the project, rather than the work performed on the project as a whole. Projects are not required from each member of a joint venture; however joint ventures offering relevant experience from each member may be considered more favorably. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. Projects not completed, or substantially completed, will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract, a standalone contract, or a series of task orders that when combined result in a single EA or EIS is considered a project. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant substantially-completed task orders that fit within the definition above. Examples of work submitted that do not meet the definition of a project will not be evaluated. Failure to provide all requested data could result in a firm being considered less qualified or eliminated from consideration. All information for Criterion 1 should be submitted in Part I, Section F of the SF330. The Government will not consider information submitted in addition to Part I, Section F in evaluating Criterion 1. Criterion 2-Professional Qualifications and Technical Competence (SF330 Part I, Sections E and G): Firms will be evaluated on the professional qualifications, competence, and related experience of the key personnel to accomplish the work proposed under this contract. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Failure to provide a balanced workforce in the disciplines required to satisfy the requirements of the scope listed above will result in the firm being considered not qualified. Professional Licensed Surveyor must be included in key personnel. SUBMISSION REQUIREMENTS: Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Résumés are limited to one page each and should cite project specific experience; indicate proposed role in this contract; and provide information on professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF330 Part I, Section G. Criterion 3-Capacity to accomplish work in the required time (SF330 Part I, Section H): Firms will be evaluated on the ability to perform and manage similar projects. Evaluation includes ability to meet aggressive schedules and control costs as well as the ability to offer innovations relevant to management of work under this contract. SUBMISSION REQUIREMENTS: Describe the firm's ability to perform this requirement, able to meet aggressive schedules and control costs. For this factor, details should be provided on firm's capabilities to conduct hydrographic/magnetometer surveys and submit and integrate electronic deliverables. Include the past working experience and relationships with team members, including joint venture members if applicable. Greater weight will be placed on offerors whose firms have established working relationships with the proposed team members and/or joint venture partners for similar work. Identify any innovations the firm can offer, providing examples such as how the firm has improved quality and generated efficiencies in management of past projects. Criterion 4-Past Performance (SF 330 Part I, Section H): Firms will be evaluated based on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction with an emphasis on example projects presented in Criterion 1 and past performance assessments (see submission requirements below). The Government may also utilize other information provided by the firm or obtained via customer inquiries, information in Government databases, and other information available to the Government including contact with points of contact identified in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. SUBMISSION REQUIREMENTS: Submit a completed CPARS/ACASS evaluation for each example project listed under Criterion 1. If there is not a completed CPARS/ACASS evaluation, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1-Specialized Experience. An offeror shall not submit a PPQ when a completed CPARS/ACASS is available. If a CPARS/ACASS evaluation is not available, ensure correct phone numbers and e-mail addresses are provided for the client point of contact. Completed PPQs should be submitted with the firm's SF330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, the offeror should complete and submit with its response the first page of the PPQ providing contract and client information for the respective project(s). Also, offerors may submit PPQs previously submitted under a different RFP/RFQ (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors 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, Melissa Reams, via email at melissa.reams@dot.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Criterion 5-Firm location (SF330 Part I, Section H): Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office or offices that will be performing the work under this contract and demonstrated knowledge of the general geographic area located. Having an office located in the general geographical area of the project is considered an advantage. SUBMISSION REQUIREMENTS: Indicate location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Describe and illustrate the team's knowledge of the geographic areas to be covered by this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/HQOA/6991PE18Q000024/listing.html)
 
Place of Performance
Address: Benicia, California, United States
 
Record
SN04996331-W 20180720/180718230742-0b87c04e723f0a1b22dc2b9757592ea5 (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.