Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2021 SAM #7102
SOLICITATION NOTICE

C -- AE Hydrographic Survey & Mapping Services

Notice Date
5/10/2021 12:39:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US ARMY ENGINEER DISTRICT GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
W912HY-20-R-0030
 
Response Due
9/30/2021 1:00:00 PM
 
Archive Date
10/15/2021
 
Point of Contact
Jacqueline B. Adekanbi, Phone: 4097663100, Fax: 4097663010, Maria E Rodriguez, Phone: 4097666331, Fax: 4097663010
 
E-Mail Address
jacqueline.b.adekanbi@usace.army.mil, maria.e.rodriguez@usace.army.mil
(jacqueline.b.adekanbi@usace.army.mil, maria.e.rodriguez@usace.army.mil)
 
Description
Multiple Award Task Order Contract and Indefinite Delivery Contracts (IDCs) for Primarily Hydrographic A-E Surveying and Mapping Services, Galveston District, Southwestern Division, U.S. Army Corps of Engineers PROJECT UPDATE: Architect-Engineer Services for Planning, Engineering, and Engineering during Construction in Support of the U.S. Army Corps of Engineers, Galveston District and the Southwestern Division ($775M):� The acquisition documents have been submitted to the Senior Contract Official (SCO) team for further review.� This acquisition is on schedule.� CONTRACT INFORMATION: A-E services are required to provide primarily hydrographic survey and mapping services in support of the civil works mission area. The contractor will be required to perform services primarily within the USACE Galveston District but up to the Southwestern Division area of responsibility. See Plate 1 and Plate 2. This announcement is for a Multiple Award Task Order Contract (MATOC) for A-E services with a total shared capacity of $13,000,000 that includes a target of three (3) Unrestricted A-E IDC awards. The Government reserves the right to award more or less than the target, depending on the number of most highly qualified offerors in accordance with the Brooks Act as implemented in FAR subpart 36.6. The period of performance will include a three (3) year base period, a two (2) year optional period exercised at the Government�s discretion, and will not exceed a total of five (5) years. The minimum guarantee for each contract will be $2,500, applicable to the base period only. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. In accordance with FAR 36.602-1(a), selection of A-E firms is not based upon price, but rather upon (A) Professional qualifications necessary for satisfactory performance of required services; (B) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (C) Capacity to accomplish the work in the required time; (D) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (E) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (F) Acceptability under other appropriate evaluation criteria. Only Offerors considered �most highly qualified� will be awarded a contract. Multiple awards will be made from this combined synopsis/solicitation. Key Personnel Labor Rates with escalation will be negotiated prior to award. Other than Small Business Offerors are reminded that, in accordance with the provisions of PL 95- 507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. Large businesses Offerors selected for award will be required to submit a subcontracting plan prior to award that complies with FAR 52.219-9. The North American Industry Classification System (NAICS) code for this action is 541370, Surveying and Mapping (except Geophysical) Services, with a small business size standard of $16.5M. Task Order Selection Process: After task order requirements are defined, the government will determine if the SF 330s submitted in response to this combined synopsis/solicitation provide the information needed to determine the �most highly qualified� contractor to perform the task order requirements. If a task order is needed, then all MATOC holders will be provided a Task Order Requirement Notification (TORN) that includes a short summary of the task order scope of work, selection criteria, and a Request for Supplemental Information tailored to the specific task order requirement. PROJECT INFORMATION: A-E services include, but are not necessarily limited to, hydrographic (or bathymetric) surveys of offshore waters, shallow and deep draft inland waterways and channels, coastal areas, inland lakes, rivers, and other similar bodies of water, in support of various civil works or similarly situated projects for navigation, dredging, flood control, beach nourishment, etc. These services shall utilize electronic data acquisition methods and subsequent data processing to obtain final maps, drawings, charts, and computed dredging quantities. These services may also include planimetric, boundary, and utility 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 comply 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. Hydrographic survey deliverables will include data collected and processed at an accuracy level that meets USACE standards in accordance with Engineer Manual (EM) 1110-2- 1003. USACE surveys are processed using HYPACK 2020. Survey data will be collected in MLLW (mean lower low water) or NAVD88. Zipped files will be submitted that include all survey data files such as (Field notes, tide data, raw data, sound velocity casts, POS data, POSPac or other post processing files, etc.). SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A thru E are primary. Secondary criterion F and G will only be used as a tiebreaker among technically equal firms. A. Professional qualifications necessary for satisfactory performance of required services. Offeror 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 three (3) resumes per Discipline, indicating which resume is the Contract Lead. Qualified personnel may be from the following key disciplines, with applicable professional registrations as required: (i) Licensed civil engineers; (ii) Registered land surveyors (iii) Engineering, surveying, CADD and photogrammetric technicians. The evaluation will consider education, training, registration, voluntary certifications (e.g. ACSM Certified Hydrographer, USCG Certified boat operators, ASPRS Certified photogrammetrist, etc.), overall and 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 key disciplines, including consultants. 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. 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. B. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 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 ten (10) projects, the prime must have performed services for a minimum of six (6) 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 should demonstrate a wide breath of hydrographic surveying and mapping expertise. This contract specifically is looking at surveying experience in the areas of channels, rivers, underwater hazard detection, construction and dredging measurement and payment, and harbor navigation. Other additional experience may come from surveys of reservoirs, beach, and shoreline surveys/studies, and river/tidal hydraulic studies. The examples should demonstrate experience using differential GPS, acoustic, and conventional survey techniques, horizontal and vertical control (first thru third order); cross- sections and profiles on land and water; construction layouts; base lines and reference lines; computations and compilation; volume computations; drafting; general office work necessary to furnish reduced and/or plotted field data and other final products; and delivering data in formats compatible with the Galveston District's software systems (Hypack). The A-E should demonstrate experience in acquiring shallow water multibeam sounding data; acquiring side scan sonar data; acquiring vertical beam echosounder data; determining positions and least depths on hazards to navigation; installing, operating, and removing water level (tide) stations; acquiring related supporting data (e.g. water level correctors, velocity of sound in the water column, vessel motion correctors and bottom sediment samples, etc.); processing the data, including tidal tabulation, computation of tidal datums, tidal zoning determination, applying water level, vessel motion, and velocity of sound correctors to determine the true depths, correlating sonar targets, and compiling reports, final smooth sheets, and digital data; performing quality control during data acquisition and processing. The A-E must have access to at least two (2) dedicated close cabin single beam vessels outfitted with permanent or detachable multi beam system; one (1) vessel, approximately 28 feet, capable of being trailered; and a larger vessel, approximately 40 feet or greater for deep draft channels/offshore, that is outfitted either with a single beam system or a multibeam system. The A-E also must have access to a small manned and unmanned vessel capable of shallow water surveys with a minimum capability of single beam collection. The A-E must have access to mobilize, at minimum, a 40-foot survey vessel within a 48-hour period with a fixed single beam hydrographic survey system or side- mounted survey system and demonstrate experience in response to hurricane recovery efforts. Single beam systems should be dual-frequency and have a low frequency channel between 28kHz and 50kHz (USACE uses 40kHz) and a high frequency system between 150 and 300kHz (USACE uses 200kHz). In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (1) acquiring shallow water multibeam sounding data (<100ft of water); (2) acquiring side scan sonar data; (3) acquiring single beam data; determining positions and least depths on hazards to navigation; (4) installing, reading, operating, and removing water level (tide) stations; (5) acquiring related supporting data (e.g. water level correctors, velocity of sound in the water column, vessel motion correctors and bottom sediment samples, etc); (6) processing the data, , computation of tidal datums, tidal zoning determination, applying water level, removing vessel motion, applying velocity of sound correctors to determine the true depths, correlating sonar targets, compiling reports, creating final smooth sheets, producing digital data, and performing quality control during data acquisition and processing; (7) Describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. Include a detailed list of field equipment, platforms of operation (vessels, 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 and work products must be clearly annotated with source of picture, a specific description of what is being presented, and who owns or produced the items depicted in the image; and (8) describe experience in hurricane recovery response efforts, to include arrangements to mobilize, at minimum, a 40-foot survey vessel, time to get onsite, required equipment, post-processing data turn-around times, and the challenges associated with performing the work. C. Capacity to accomplish the work in the required time. Firms shall demonstrate the capacity to accomplish at least two (2) individual task orders simultaneously. Firms must demonstrate 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. Firms must demonstrate the capacity to provide emergency response following significant storm events as evidenced by the submitted equipment, the team members, and the subcontracting partnerships (if applicable). D. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 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. E.� Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 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. Texas State Plane Coordinate System, and familiarity with conditions typical to the Texas coast such as marsh terrain, corrosive atmosphere, flooding, hurricanes, etc. F. Extent of participation of Small Businesses. (Secondary Criterion) As a secondary criterion, extent of participation of small business will only be evaluated as a tiebreaker among technically equal firms. Offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. All firms are required to submit a small business participation plan with a mandatory goal of 30%. Note that small business firms can include their own self performance in the small business participation plan. In PART I, Section H, provide a Small Business Participation Plan in accordance with FAR 52.219-8. Large businesses shall note that, if selected, their Small Business Subcontracting Plan shall reflect and be consistent with the commitments offered in the Small Business Participation Plan. G. Volume of DoD contract awards. (Secondary Criterion) As a secondary criterion, volume of DoD awards will only be evaluated as a tiebreaker among technically equal firms. 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. SUBMISSION REQUIREMENTS: The Offeror�s proposal shall be submitted electronically. Hard copy proposals will not be accepted.� Proposals must be received no later than 3:00 P.M. Central Time on 31 August 2020. Interested A-E firms or joint ventures having the capabilities to perform this work are invited to submit their proposal via email to the DoD Safe application. The DoD Safe application can be accessed via https://safe.apps.mil/ . In order to submit a proposal using this website you must request a �drop off code� by sending an email to Debora Wells, Contract Specialist at Debora.L.Wells@usace.army.mil at least five (5) calendar days before the response date/time. Ms. Wells will provide the code by email. Once you are given a drop off code, this will allow you to use the site for proposal submission. PDFs shall include bookmarks, page numbers, and be developed to allow full access to search capabilities. 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. Offeror must label the PDF with their company name and solicitation number. Offerors submitting proposals as a Joint Venture (JV) must 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 10 PAGES. Equipment List, 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 in the SF330 at the proper location and counted as two pages. Do not submit proposal text with multi-column formatting. As required by acquisition regulations, interviews will be conducted only with Offerors determined by the Selection Panel �most highly qualified�. Interviews will be conducted by telephone. Any other phone calls or personal visits for the purpose of discussing this combined synopsis/solicitation are not allowed. ALL QUESTIONS MUST BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 21 August 2020, 4:00 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 Combined Synopsis/Solicitation Number is: W912HY20R0030. The Bidder Inquiry Key is: F549U6-TEKC8W. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/6c4c4467465542b4a2ac180643ae971b/view)
 
Place of Performance
Address: TX, USA
Country: USA
 
Record
SN05996608-F 20210512/210511201419 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.