Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2021 SAM #7154
SOLICITATION NOTICE

C -- IDIQ FOR AE SERVICES FOR SURVEYING AND MAPPING SERVICES WITHIN THE BOUNDARIES OF PUERTO RICO, THE U.S. VIRGIN ISLANDS, AND OTHER CARIBBEAN ISLANDS

Notice Date
7/1/2021 12:29:49 PM
 
Notice Type
Solicitation
 
NAICS
541 — Professional, Scientific, and Technical Services
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
W912EP-21-R-0028
 
Response Due
8/4/2021 1:00:00 PM
 
Archive Date
08/19/2021
 
Point of Contact
Sabrina Booker, Phone: 904-570-4522, Remi J. Eggers, Phone: 9042321003
 
E-Mail Address
sabrina.s.booker@usace.army.mil, remi.j.eggers@usace.army.mil
(sabrina.s.booker@usace.army.mil, remi.j.eggers@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Interested parties must submit an expression of interest in accordance with the instructions in this synopsis: This announcement will result in up to six (6) contracts to highly qualified small business firms, with three (3) of these contracts set aside for historically underutilized business zones (HUBZone). It is the intent of the Government to award six (6) contracts to small businesses with three (3) of those contracts initially set-aside for historically underutilized business zone (HUBZone) small businesses. However, if there are not three highly qualified HUBZone set-aside firms, all awards will be made from the highly qualified small business firms with no fewer than three (3) and no more than six (6) total contract awards. All firms responding to this announcement MUST identify in which category they are submitting by including the words (Small Business) or (Historically Underutilized Business Zone) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF330) MUST be submitted for each category in which the firm wants consideration. No one firm will receive more than one award as a result of this solicitation. Only firms considered highly qualified will be awarded a contract. The contracts will be an Indefinite- Delivery, Indefinite-Quantity contracts for a period of five years from date of award. The total estimated procurement cost is $30,000,000.00 in shared capacity for the five-year ordering period. The Jacksonville District�s area of responsibility includes Florida, the Commonwealth of Puerto Rico, and the Antilles (including the U.S. Virgin Islands). The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Commonwealth of Puerto Rico and the Antilles. Contractors will be evaluated in accordance with the criteria in FAR 36.602-1. Firms submitting responses to this solicitation will be required to meet the performance of work requirements as stated in FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award and or FAR 52.219-14 Limitations on Subcontracting. Firms under consideration for award that fail to demonstrate the ability to comply with the performance of work requirements will be referred to SBA for a Certificate of Competency.� Firms must adhere to legal requirements for conducting business in the Commonwealth of Puerto Rico. 2. PROJECT INFORMATION: The work will primarily consist of ground-based surveying and mapping in support of civil works projects. 3. SELECTION CRITERIA The selection criteria for this particular project are listed below in descending order of importance criteria in paragraphs 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: The A-E shall demonstrate that all expertise requirements are reflected on key personnel resumes.� Project summaries should document breadth and depth of expertise and technical competence for the following evaluation criteria.� Limit project submissions to 10 projects for the entire A-E team in SF 330 Section F.� Additional projects may be included in SF 330 Section H.� All projects shall be clearly annotated with applicable A-E firms from the team.� Images of work products must be clearly annotated with source of picture, a specific description of what is being presented, and who produced the items depicted in the image.� All pages shall be numbered sequentially either for the entire package or within each Section. (1) Topographic Surveys Clearly demonstrate specialized experience and expertise in topographic surveys utilizing GPS, total stations, and levels to include site surveys, construction layout, measurement & payment, and establishment of horizontal & vertical geodetic control networks. (2) Real Estate Boundary Surveys Clearly demonstrate specialized experience and expertise in performing legal boundary surveys and producing cadastral maps. (3) Hydrographic Surveys Clearly demonstrate specialized experience and expertise in HYPACK for acquisition and processing of dual-frequency single-beam data.� Demonstrate use of RTK GPS for horizontal and vertical positioning of an inland (e.g., Canals, Rivers, Lakes, Ponds, etc.) hydrographic survey vessel.� Demonstrate use of RTK GPS with a survey grade IMU for horizontal and vertical positioning of a nearshore/coastal (e.g., Harbors) hydrographic survey vessel. Demonstrate ability to mobilize equipment and acquire data at remote locations by mounting said equipment on vessels available for lease. Preference will be given to firms with vessels local to the anticipated work and firms demonstrating an ability to mobilize and mount sensors on vessels of opportunity in the region.� Additional consideration will be given to firms that demonstrate specialized experience and expertise in other hydrographic sensors such as multibeam, side scan sonar, etc. (lack of this additional information will not be evaluated negatively). (4) Subsurface Utility Engineering (SUE) Surveys Clearly demonstrate specialized experience and expertise in performing SUE surveys. B. QUALIFIED PROFESSIONAL PERSONNEL: A resume is required for each person, showing relevant education and training, intended contract role(s) as defined herein to be filled by the person, as well as experience both past and recent (within the last five years). Note one individual possessing the required expertise of more than one contract role is acceptable but the resume must clearly demonstrate meeting the required length of experience of each contract role via documented project assignments/experience. (1) Professional Surveyor/Mapper within Prime Firm At least one key personnel must have a professional license for Land Surveying in the Commonwealth of Puerto Rico. A bachelors or master�s degree in geomatics or related field will receive more weight for evaluation. Role in this contract: Professional Surveyor. (2) Topographic Surveying A minimum of two topographic crews are required with resumes.� Key personnel having a bachelors or master�s degree from a university in geomatics or related field, professional license (including intern EIT/FE, SIT/LSI, CST), or related certification, will receive more weight for evaluation. Role in this contract: Topographic Surveyor. (3) Hydrographic Surveying A minimum of one hydrographic crew is required with resumes.� Key personnel having a bachelors or master�s degree from a university in geomatics or related field, professional license (including intern EIT/FE, SIT/LSI, CST), certified hydrographer, or related certification, will receive more weight in the evaluation process. Role in this contract: Hydrographic Surveyor. C. CAPACITY TO ACCOMPLISH THE WORK: Firms must have 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, to include construction support and emergency response following significant storm events as evidenced by the submitted equipment, the team members, and the subcontracting partnerships (if applicable). Demonstrate ability to mobilize equipment and personnel to any project site and be prepare to work within 24 hours of notification.� The prime firm must demonstrate the ability to accomplish 51% of the work with in-house resources. Include a detailed list of offices, field equipment, platforms of operation (e.g., vehicles, vessels, aircraft, 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 must be clearly annotated with source of picture, a specific description of what is being presented, and who owns the items depicted in the image. D. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed.� Firms must demonstrate past performance in accomplishment of similar work: i) Current Relevant Contracts and Subcontracts - firms must submit information for current relevant contracts and subcontracts including the name, address, and telephone number of references (relevancy is defined in the DOD guide to collection and use of past performance as information that has a logical connection with the matter under consideration and application time span); ii) Past DOD Performance - past DOD performance data available to the Government will be evaluated (lack of available data will not be evaluated negatively); and iii) Supporting Information - firms may include supporting information such as letters of commendation and information on problems encountered in prior contracts with discussion of actions taken to remedy unsatisfactory performance (lack of supporting information will not be evaluated negatively). E. KNOWLEDGE OF LOCALITY: Firms shall be familiar with surveying and mapping requirements and statutes applicable to the Commonwealth of Puerto Rico and the Antilles.� Firms shall demonstrate compliance with local requirements for conducting business in Puerto Rico. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS, IF NECESSARY: F. GEOGRAPHIC PROXIMITY OF FIRM RELATIVE TO THE WORKSITE: Firms based in or having branch offices in Puerto Rico with lower mobilization and demobilization costs will be given preference, provided there is an adequate number of qualified firms for consideration. G. VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit their SF 330, Part I, for the proposed combined team (firm or joint venture and all subcontractors), and SF 330, Part II, for the firm or joint venture and each subcontractor electronically to DoD SAFE at https://safe.apps.mil/ system. Files shall be submitted electronically. Submit proposals in Adobe Portable Document Format (PDF) as two separate electronic files. Offerors may use compression utility software such as WinZip or PKZip to reduce file size and facilitate transmission. The two electronic files shall be named as follows:� W912EP21R0028FirmName-SF 330-I.pdf W912EP21R0028FirmName-SF 330-II.pdf If submitting as a joint venture, submit a copy of the Joint Venture Agreement. When completing the information for transmittal at the DOD SAFE website, you will be asked to enter email addresses for the recipients. When your proposal is submitted via the DOD SAFE website, the website will provide notification of the submittal to the recipients. The Contract Specialist is Ms. Sabrina Booker at Sabrina.S.Booker@usace.army.mil. The Contracting Officer is Mr. Remi Eggers at Remi.J.Eggers@usace.army.mil. NON CAC CARD HOLDERS: This type of drop-off allows a non-authenticated user (Guest) to upload a file that has been requested by an authenticated user. An authenticated user must first execute the ""Request a Drop-Off"" procedure to obtain a ""Request Code"" for external delivery to the non-authenticated user.� You must complete the following steps: 1.��� Obtain your ""Request Code"" by emailing Ms. Sabrina Booker at Sabrina.S.Booker@usace.army.mil and Mr. Remi Eggers at Remi.J.Eggers@usace.army.mil no later than 3 days before proposal due date. 2.��� You will then receive a system generated email with a onetime use �Request Code� for DOD SAFE. 3.��� You must add email Sabrina.S.Booker@usace.army.mil and Remi.J.Eggers@usace.army.mil on the return �to� line.� Delivery of the files will not occur if you fail to use the email address ending with �@usace.army.mil� DO NOT USE the auto reply address ending in xxx.civ@mail.mil as delivery will not occur to the intended USACE account. Proposals shall be submitted electronically to DOD SAFE website prior to the proposal due date required in the solicitation. It is the offeror�s responsibility to ensure that the electronic proposals have been received. The date and time of delivery will be established by the time on the e-mail notification to the Contract Specialist and Contracting Officer that the file was accepted by the DOD SAFE website, not the date and time of when offerors upload their proposal. This is not a request for priced proposal. Do not assume that electronic communication is instantaneous. Offerors are responsible to ensure time is allocated for transmittal delays, virus scans, etc. If an electronic notification is not received in the government recipients� email inbox before the deadline, the submission will be considered late. A help guide can be found at https://dl.dod.cyber.mil/wp-content/uploads/dcs/pdf/unclass-DOD_SAFE_User_Guidev0_2d1.pdf. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Responses to this ad should be in electronic format; telephone calls and personal visits are discouraged. A pre-proposal teleconference will be held on TBD, beginning at TBD. To participate in the web conference, please log onto the following URL: https://www.webmeeting.att.com, meeting number: XXX-XXX-XXXX, access code XXXXXX. The pre-proposal slideshow, attendance roster, and Q&A will be posted as an attachment to the combined synopsis/solicitation, after the teleconference has concluded. Primary Point of Contact: Sabrina Booker Contract Specialist Sabrina.S.Booker@usace.army.mil Phone: (904) 570-4522 Secondary Point of Contact: Remi Eggers Contracting Officer Remi.J.Eggers@usace.army.mil Phone: (904) 232-1003
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b3f37cf9613e4a36805f44ce553749c1/view)
 
Place of Performance
Address: PRI
Country: PRI
 
Record
SN06048942-F 20210703/210701230114 (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.