Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2018 FBO #6197
SOLICITATION NOTICE

C -- Notice for a Multiple Award Task Order Contract and Indefinite Delivery Contracts (IDCs) for Primarily Land A-E

Notice Date
11/9/2018
 
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, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, Texas, 77553-1229, United States
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY19R5042
 
Archive Date
12/25/2018
 
Point of Contact
William (Bill) Bondurant, Phone: 4097663944, Maria E Rodriguez, Phone: (409)766-6331
 
E-Mail Address
william.bondurant@usace.army.mil, maria.e.rodriguez@usace.army.mil
(william.bondurant@usace.army.mil, maria.e.rodriguez@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required to provide primarily land survey and mapping services in support of the civil works, military and International and Interagency Services (IIS) mission areas. The contractor will be required to perform services primarily within the USACE Galveston District (SWG) but up to the Southwestern Division (SWD) area of responsibility. This announcement is for a Multiple Award Task Order Contract (MATOC) for A-E services with a total shared capacity of $10,000,000 and includes a target of two Small Business IDCs. The Government may award more or less than two firms depending on the source selection decision regarding how many contractors are considered most highly qualified in accordance with Brooks Act procedures. Selection of A-E firms is not based upon competitive bidding procedures but rather upon the professional qualifications necessary for the performance of the required services. Only firms considered most highly qualified will be awarded a contract. Multiple awards will be made from this solicitation. The contracts will be awarded for a term not to exceed a total of five (5) years, which includes a three (3) year base period and two (2) year option. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total contract value of this procurement not to exceed $10,000,000 over the five-year life of the contracts. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding three (3) fiscal years. The North American Industry Classification System (NAICS) code for this action is 541370 (Surveying and Mapping (except Geophysical) Services). Contractor Manpower Reporting: For any task orders associated with military funding types, the contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Defense via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2019. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. Selection for Task Order Negotiation after Award: The minimum guarantee for each contract will be $2,500, applicable to the base period only. The maximum task order amount will be $3,000,000 unless otherwise approved by the Contracting Officer based upon a review of the task order scope and confirmation that a firm is considered most highly qualified, based upon a review of their SF 330. After task order requirements are defined, Galveston District will determine if the SF 330s submitted in response to this synopsis provide the information needed to provide a basis to determine the most highly qualified contractor to perform the task order requirements, or if additional, task order-specific information is needed to determine the most highly qualified contractor to perform the task order requirements. PROJECT INFORMATION: A-E services include, but are not necessarily limited to, topographical, boundary, planimetric, subsurface utility location, and LiDAR surveys of various locations within SWG up to the SWD boundaries. All projects within the states of Texas, Louisiana, Oklahoma, Arkansas, Kansas, and New Mexico shall be performed under the direct supervision and review of an active registered professional land surveyor (RPLS) for that state. These services may also include hydrographic, both coastal and riverine, surveying in support of the development of a complete deliverable. The services performed under this contract and the individual task orders will include drawing preparation using computer-aided design and drafting (CADD) software in the preparation of deliverables. All drawings produced for this contract shall be in compliance with the Architect/Engineering/Construction CADD standards as issued by the CADD/BIM Technology Center https://cadbimcenter.erdc.dren.mil/. The Government will only accept the final products, without conversion or reformatting, in the MicroStation suite of software's and/or AutoCAD based on the requirements stated in the Statement of Work. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with MicroStation electronic digital format. Geographic Information System (GIS) information shall adhere to the Tri-Service Spatial Data Standards. Design Analysis and any other reports shall be prepared using MS-Word (.doc). Firms will also be required to provide documents in PDF format. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru E are primary. Criterion F thru H are secondary and will only be used as a tie-breaker among technically equal firms. A. Specialized Experience and Technical Competence: A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both, not to exceed the past five (5) years, will be reviewed in PART I, Section F. Of these five (5) projects, the prime must have performed services for a minimum of three (3) projects (either as the prime or subcontractor). Use no more than one (1) page per project. A Project is defined as tasks performed under a single, stand-alone contract and/or a single task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an ID/IQ contract is not a project. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. The contract number(s) or IDIQ number(s) and individual task order number(s) associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when the project will be completed for each contract and/or task order. For all relevant projects, include the percentage of work self-performed by the prime offeror and subcontractors for each contract and/or task order. Percentages shall be shown individually for each firm. If proposing as a JV, include the percentage of work self-performed by each Joint Venture member. The A-E must demonstrate specialized experience and expertise in the following fields: i) operating survey-grade GPS units and processing the data to establish horizontal and vertical geodetic control networks; ii) construction surveys (e.g., layout, measurement, payment, and/or acceptance of completed work); iii) real estate boundary surveys; iv) conventional horizontal and vertical geodetic control surveys; v) topographic surveying utilizing feature codes to capture breaklines and features; vi) Subsurface Utility Engineering surveys to ASCE standards, vii) classified LiDAR surveys; viii) GIS field surveys implementing data dictionaries; and ix) acquiring shallow water multibeam sounding data; acquiring side scan sonar data; and acquiring vertical beam echosounder data. In PART I, Section H, include a detailed list of field equipment, and sensors owned (to include data collection systems, positioning, motion sensing, etc.). The list shall include which team member firm owns the equipment or if it is leased. Equipment used for measurement will require proof of calibration within one (1) year prior to any task order award. Documentation verifying calibration will be a requirement on all task orders. B. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration required (include licensure, state, and certification numbers) where applicable. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Recent for this solicitation is within five (5) years of the solicitation issuance date. Submit no more than two (2) resumes per Discipline or licensure requirement, indicating which resume is the Contract Lead. The following disciplines with applicable professional registrations are required: (1) Registered Professional Land Surveyors licensed in the states of Texas, Louisiana, Oklahoma, Arkansas, New Mexico, and Kansas; (2) Party Chiefs and Instrument Persons experienced in gathering survey data by conventional instruments, electronic data collectors, and GPS methods; (3) Hydrographic Surveyor experienced in hydrographic data collection through the usage of modern computerized equipment and software, such as multibeam, HYPACK, and GPS systems; and (4) GIS specialist. The professional qualification evaluation will consider education, registration, and overall relevant experience in the type of work required, and longevity with the firm. Additionally, the evaluation will consider the firm's recent business history with proposed subcontractors. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. Although the Organization Chart required in Section D can include additional names and team structure, do not include additional resumes beyond the disciplines required. Each resume shall not exceed one page in length. Individuals performing work as a contract employee shall be reflected as a subcontractor and not listed under the firm they are supporting on a contractual basis. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. In Section G, only include key personnel for which a resume has been provided. A 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. C. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. Point of Contact Names and Point of Contact Telephone Numbers within Section F should be verified as those individuals may be contacted. D. Capacity to Accomplish the Work: The prime firm must demonstrate the ability to perform simultaneous work on two (2) $500,000 task orders, primarily land surveying, with a minimum of 50% of the work completed in-house resources. E. Knowledge of the Locality. In PART I, Section H, describe and demonstrate the team's familiarity within the Galveston District boundaries. Provide specific knowledge of local requirements, e.g. state plane coordinate systems, and familiarity with conditions typical to the SWD boundaries. F. Geographic Proximity. As a secondary criteria, SWG will evaluate the geographic proximity of the offeror in relation to the geographic boundaries of SWG and SWD. G. Volume of DoD Contract Awards. Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. If proposing as a Joint Venture, include volume of work awarded by DoD agencies for both the Joint Venture and members of the Joint Venture. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and dollar amount. This factor is a secondary criteria and will only be evaluated as a tie-breaker among technically equal firms. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work are invited to submit one (1) Hard Copy and one (1) complete pdf via AMRDEC SAFE application (see instructions below) of their SF 330 (Architect-Engineer Qualifications) proposal to: U.S. Army Corps of Engineers, Galveston District, CESWG-CT, ATTN: Mr. William (Bill) Bondurant, 2000 Fort Point Road, TX 77553. PDFs shall include bookmarks and be developed to allow full access to search capabilities. SF330s must be delivered via the AMRDEC SAFE website, not later than the response date and time indicated in the solicitation. NOTE: If the AMRDEC SAFE website is unavailable, please contact the POCs listed below by email for instructions on an alternate method of electronic transmission. SENDING FILES: The AMRDEC SAFE application can be accessed via https://safe.amrdec.army.mil/safe. • Proceed as Guest - Select this option if you do not have a CAC. After selecting one of the options above, the page will be redirected to the package upload form. Fill in all the required input fields: • Your Name - Your name; • Your Email address - Your email address; • Confirm Your Email Address - Re-enter your email address; • Description of File(s) - Enter a description for the package; including solicitation number and bid opening date/time; • File(s) - Click the "Browse" button to select your file(s). You may add up to 25 files per package, so long as the total file size does not exceed 2GB; • Deletion Date - Select a date for the package to be deleted from SAFE. The maximum (which is also the default) is two weeks (14 days) from today; • Provide an email address to give access to - Enter ALL of the following email addresses here and click "Add"" curtis.cole@usace.army.mil maria.e.rodriguez@usace.army.mil william.bondurant@usace.army.mil An SF 330, current edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe-Acrobat XI or earlier version. Proposals submitted by other than stated methods will not be accepted. All firms responding to this solicitation MUST label the PDF with their company name and solicitation number. Offerors submitting proposals as a Joint Venture (JV) shall obtain a DUNS number and be registered in the System for Award Management (SAM) prior to award. Include a fully executed Joint Venture Agreement. Include a JV Management Plan. Include DUNS number in Block 5 of the SF330 PART I, Section B. All fonts shall be at least 11 or larger in Arial (not Arial Narrow) to include text, tables and figures. PART I, Section H OF THE SF 330 SHALL NOT EXCEED 5 PAGES. Small Business Participation Plan, JV Management Plan, Joint Venture Agreements, and Volume of DOD Contract Awards will not count in the page-count maximum for PART I, Section H. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches folded neatly to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Please do not submit proposal text with multi-column formatting. Please utilize page numbering and use bookmarks/tabs to format the proposal pdfs. Solicitation packages are not provided. Submittals must be received no later than 2:00 P.M. Central Time on 10 December 2018. The Agency will not accept any submittals received after this time and date. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the Selection Panel. Interviews will be conducted by telephone and will most likely occur during the week(s) the Selection Panel convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 26 Nov 2018 at 2:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication (e-mail, fax, or telephone) will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your email address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W912HY-19-R-5042. The Bidder Inquiry Key is: AXWFSN-4SZSEU. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL INTERESTED FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database prior to award. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY19R5042/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Galveston, 2000 Fort Point Road, Galveston, Texas, 77553, United States
Zip Code: 77553
 
Record
SN05148770-W 20181111/181109230444-e505f886ca022eb5cc294fc48a46077d (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.