Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2022 SAM #7602
MODIFICATION

C -- A-E Quality Assurance (QA) Surveying and Mapping IDIQ

Notice Date
9/21/2022 6:11:19 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES22R0009
 
Response Due
11/1/2022 8:00:00 AM
 
Archive Date
11/16/2022
 
Point of Contact
Scott E. Hendrix, Kenneth J. Eshom
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
T � SURVEYING SERVICES FOR SAINT PAUL DISTRICT CONTRACT INFORMATION: This Multiple Award Task Order Contract (MATOC) is being procured in accordance with the Brooks Architect-Engineer (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. A-E services are required for the primary disciplines of Surveying and Mapping Services. It is anticipated that this contract will be awarded by November 2022. �This announcement will result in three (3) awards. Once the MATOC is awarded, and a requirement is identified, a Task Order Requirement Notice (TORN) will be issued to all A-E firms within the MATOC pool.� The TORN will include a short summary of the scope of work and selection criteria, and, if appropriate, a Request for Supplemental Information.� The North American Industry Classification System (NAICS) code for this action is 541370 and the Small Business size standard is $16.5 million in average annual receipts. The period for this contract is five (5) years for a total IDIQ value not to exceed $3,000,000.00 per contract holder, and a minimum guarantee of $30,000.00 over the life of the contract, for each contract holder. Work under this contract is subject to satisfactory negotiation of individual task orders. Work will be ordered by firm-fixed price task orders. The District intends to award three (3) IDIQ contracts from this announcement. This procurement is a partial Small Business set-aside, with two awards solicited as Full and Open, and one as a Small Business set-aside.� The primary selection criteria will be applied by a selection board to determine the most highly qualified firms. �If necessary, secondary selection criteria will be used as a tie breaker in ranking the most highly qualified firms. The primary selection criteria will be applied in the following order of importance: �Professional qualifications of key personnel; specialized experience and technical competence; capacity to accomplish the work in the required time; past performance; and knowledge of the Upper Midwest region.� If necessary, the secondary selection criteria will be applied in the following order of importance:� Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team; Proximity; Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD AE contracts among qualified firms, including SB and SDB. The wages and benefits of service 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 as determined by the employee's office location (not the location of the work). Rates will be negotiated for the contract period at the time of the original award. REGISTRATION: �All vendors must register and complete online representations and certifications in the System for Award Management (SAM) at https://sam.gov/content/entity-landing prior to the submission closing date.� Vendors that have not registered or completed their online representations and certifications may be rejected.� Vendors are advised that the initial registration in SAM may take several weeks.� The Government will review completed representations and certifications in SAM following the submission closing date. PROJECT INFORMATION A-E services are required for various USACE projects. The primary purpose of the MATOC is to provide land surveying services in support of the Government�s engineering site planning, quality assurance (QA) effort, cost estimating, design, and construction lay-out for navigation projects, geomorphology studies, dredging, flood risk reduction and other civil works projects. The MATOC is intended primarily for projects within the geographical boundaries of the USACE� St. Paul District. This includes all or portions of the states of Minnesota, Wisconsin, Iowa, North Dakota, and South Dakota. The location of each project will be designated in the individual task orders. The primary A-E service capabilities desired include the following types of projects and related skills and experience: Engineering Construction Surveys Topographic Surveys Hydrographic Surveys UAS (Unmanned Aircraft Systems) Surveys Boundary and Cadastral Surveys Geodetic Control Surveys Geomorphology Surveys SELECTION CRITERIA The specific selection criteria are listed below in descending order of importance, first by major criterion and then by each sub-criterion.� Criteria 1 through 5 are primary and 6 through 8 are secondary and will only be used as tie-breakers among firms that are essentially technically equal.� Professional Qualifications of Key Personnel. The selected firms must have, either in-house or through consultants, the following registered professionals: (1) Land Surveyor, (2) Survey Technician, (3) Engineering Technician, (4) CADD Technician, and (5) GIS Technician. Evaluation will consider education, training, registration, overall and relevant experience and longevity with the firm. Resumes contained in Standard Form (SF) 330, Part I, Section E, Page 3 shall be provided for each discipline listed above at a minimum. Specialized Experience and Technical Competence: Professional Land Surveyors registrations in the following states: Minnesota, North Dakota, South Dakota, Wisconsin, and Iowa; Engineering construction and quality assurance surveys for large and small projects. Capability to perform quantity calculations and delivery of CAD products. Experience with interstate project work and traffic control practices of the Department of Transportation within the corresponding state; Boundary and Cadastral Surveys. Locating, relocating, and/or marking Government boundaries, and preparing or filing/recording certified drawings, computations, deeds, and related descriptive data, in accordance with local, State, and Federal requirements, regulations, and laws; Unmanned Aircraft System (UAS) pilot certification and equipment. Pilot shall be certified by the Federal Aviation Administration (FAA); Capability to perform Topographic, Hydrographic and Geodetic Control Surveys.� Conduct field acquisition and office data reduction of detailed topographic, hydrographic survey and planimetric feature data for use in engineering site planning, cost estimating, design, construction lay-out and alignment of roads, buildings, and other structures. Conduct precise surveys of primary reference control points for engineering design and construction; Capability to produce and deliver CAD files in the Bentley CONNECT formats; Delivery of Geographic Information System (GIS) files; Quality management procedures to include Quality Control Plans; Effectiveness of the project team including management structure, coordination of disciplines, subcontractors, and prior working relationships. Capacity to accomplish the work in the required time. (1) Ability to accomplish multiple task orders simultaneously in a five-year contract period for delivery of a quality product on a timely schedule, and capacity to perform up to $3,000,000 in work of the required type over the life of the contract. The evaluation will consider the availability of an adequate number of key personnel, equipment availability and the extent of in-house facilities, versus subcontracting needs; (2) Ability to accomplish small task orders under $50,000 in a cost-effective, timely manner. These small task orders will primarily involve remedial/repair designs on Corps of Engineers-owned facilities. Past performance on DOD and other contracts with respect to quality of work, cost control and compliance with performance schedules. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330 with respect to cost control, quality of work and compliance with performance schedules.� CPARS ratings do not need to be provided with the SF330 submission as the Government will retrieve this information from PPIRS with the DUNS number provided.� The ""other credible documentation"" needs to be provided with the SF330 and will count towards the 100 page limit. Knowledge of the Upper Midwest region, including engineering, design, and construction in a cold weather environment. SB and SDB Participation. The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. Proximity (FAR 36.602-1(a)(5)). Proximity is the physical location of a firm in relation to the location of the anticipated project area (i.e., the Saint Paul District) Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms.� SUBMISSION REQUIREMENTS Interested firms having the capabilities to perform this work must submit their SF330 via email to the address below.� The file shall contain two folders; one folder for Part I of the SF330 information and one folder for Part II. �(Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). �Include the firm's Unique Entity ID (UEI) on the SF330, Part 1, and Block B. On the SF330, Part 1, Block C, provide the UEI number for each subcontractor or consultant, if available. SF330, Part I, Section H (Additional Information) shall contain the following information: Item 1: Submit the following information on Key Personnel: Professional Land Surveyor(s) � Name, Current Firm (prime or sub), Summary of experience, Professional registration, and Licensure information. Survey Technicians - Name, Current Firm (prime or sub), Summary of education, training, registrations, and time with current firm. Engineering Technicians - Name, Current Firm (prime or sub), Summary of education, training, registrations, and time with current firm. CADD Technicians - Name, Current Firm (prime or sub), Summary of education, training, registrations, and time with current firm. GIS Technicians - Name, Current Firm (prime or sub), Summary of education, training, registrations, and time with current firm. Item 2: Submit the following information on Specialized Experience and Technical Competence and identify firm (Prime or sub) as source of experience. Professional Land Surveyors registrations in the following states: Minnesota, North Dakota, South Dakota, Wisconsin, and Iowa a) Summary of experience in construction, quality management procedures, and quality assurance surveys for large and small projects. Summary of experience in quantity calculations and delivery of CAD products. Summary of experience with interstate project work and traffic control practices of the Department of Transportation within the corresponding state. Provide a summary of the management structure, coordination of disciplines, and experience with subcontractors. Provide summary of experience in Boundary and Cadastral Surveys. Provide Unmanned Aircraft System (UAS) experience including pilot certification and equipment. Provide summary of experience with Geographic Information System (GIS). Item 3 - Volume of DoD A-E contract actions issued within the last three (3) years - Provide a complete listing of all DoD A-E contracts within the last 3 years. Submit up to 12 projects that demonstrate those items that are evaluated in selection criteria numbers above. d. The total page limit for the SF330 submission, including Part I and Part II, is 100 pages, and will have a limit of twelve projects illustrating specialized experience. A project is defined as a stand-alone contract or task order(s) for a single project.� For example, separate task orders issued for a Preliminary Engineering Report, Feasibility Study, and Design for rehabilitation of a dam would count as one project example instead of three examples.� An IDIQ contract does NOT count as a project as it covers multiple projects.�� A page is one side of an 8 � x 11 sheet. If a fold-out is used, each sheet of a fold-out shall count as a minimum of 2 pages. Font size shall not be less than 10 font and margins shall be between one-half and one inch. The SF 330 shall clearly delineate the type of CADD equipment hardware and software intended for use on this contract, the years of operating experience by the appropriate personnel using the CADD system, and the conversion/translation methods to be used. The references to other projects should indicate the CADD system utilized. SUBMITTAL EXPENSES AND PRE-CONTRACT COSTS.� This request for qualifications and any subsequent solicitation actions does not commit the Government to pay any costs incurred in the preparation and submission of materials or for any other costs incurred by any firm submitting materials in response to this solicitation. Any forthcoming amendments will be available on this website: https://sam.gov/content/opportunities. �It is recommended that each registered firm check this website periodically for updates. VENDOR INQUIRIES. Point of Contact � Scott Hendrix.� Email your questions to scott.e.hendrix@usace.army.mil. Vendors shall submit inquiries not later than 10 days prior to the submission closing date in order to ensure adequate time is allotted to form an appropriate response and amend the synopsis if necessary. �Those who submit an inquiry will receive an email acknowledgement. �All answers to inquiries will be posted as a synopsis amendment after they have been reviewed by the USACE technical team.� Vendors are advised to review the synopsis in its entirety and to review all previously submitted questions and responses prior to submitting a new inquiry. Email your firm's submission of the SF330 to Scott Hendrix at scott.e.hendrix@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9388235ce9e74aebaba9d4f1d87a83db/view)
 
Record
SN06473381-F 20220923/220921230134 (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.