Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
SOLICITATION NOTICE

66 -- SBRF Hydrographic Surveys of General Anchorage #26

Notice Date
7/21/2023 12:31:31 PM
 
Notice Type
Presolicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
6991PE DOT MARITIME ADMIN OAKLAND CA 94612 USA
 
ZIP Code
94612
 
Solicitation Number
6991PE23Q000006
 
Response Due
7/27/2023 1:00:00 PM
 
Archive Date
08/11/2023
 
Point of Contact
Lynda Luo
 
E-Mail Address
lynda.luo@dot.gov
(lynda.luo@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
ATTENTION: Submission of a completed Standard Form (SF) 330, Architect Engineer Qualifications, is required. There is no separate Request for Proposal (RFP). THIS REQUEST FOR QUALIFICATIONS (RFQ) is a small business set-aside under North American Industry Classification System (NAICS) code 541360 Geophysical Surveying and Mapping Services, with a small business size standard of $28.5 million. To be considered eligible to participate in this procurement, contractors must be certified as a small business under NAICS code under 541360. The Department of Transportation (DOT), Maritime Administration (MARAD) is seeking a qualified Architect-Engineer (A-E) firm to perform Hydrographic Surveys of General Anchorage #26, Suisun Bay, Benicia, CA in accordance with the attached Statement of Work (SOW). The period of performance is base period plus four (4) one-year option periods with an option to extend services (FAR 52.217-8) for an additional six (6) months of optional performance. The scope of work includes multibeam, magnetometer and subbottom profile surveys. Multibeam surveys are required annually; subbottom profile is only required to be accomplished once during the Base Period; magnetometer surveys are an optional requirement that may be exercised during the Option Periods as needed. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Government is seeking the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. A firm-fixed-price contract will be negotiated. REQUIRED RESPONSES 1. Questions or comments regarding this notice shall be submitted electronically to via email to the Contracting Officer at lynda.luo@dot.gov by July 20, 2023 at 1:00 PM (PT) to allow the Government sufficient time to respond. Any questions received after this date are not guaranteed to be addressed. 2. A-E firms responding to this notice must submit all documents electronically to via email to the Contracting Officer at lynda.luo@dot.gov by July 27, 2023 at 1:00 PM (PT). GENERAL INSTRUCTIONS 1. Contractors must be registered in the System for Award Management database at� https://www.sam.gov to be eligible for contract award. Lack of registration in SAM may render your firm ineligible for award. Information on how to register and the time required is detailed in FAR 52.204-7. 2. The SF-330 shall be formatted for viewing/printing using 8.5 by 11 inch paper size, using at least a 10 point font, with the exception of the Organization Chart. The SF-330 shall not exceed 30 pages excluding cover sheets, applicable teaming/subcontractor arrangements, and Past Performance Information. A Part II is required of any subcontractor that will perform a key role under the contract. 3. Provide a cover page that includes the firm�s name, address, and Unique Entity Identifier (UEI) Number, and point of contact with phone number and email address. 4. Firms may propose Contractor Teaming Arrangements (CTAs) in the form of a joint venture or subcontractor arrangement to perform the work outlined in the SOW. If a CTA is proposed, provide a copy of the joint venture agreement or subcontractor arrangement. Failure to do so will result in the firm�s elimination from further evaluation. SELECTION CRITERIA An evaluation board will review qualification statements and make a recommendation to the selection authority of the three (3) most highly qualified firms responding to this notice. Failure to provide requested data or to comply with the instructions in this notice may result in a firm being considered less qualified or eliminated from consideration. Discussions will be held with the 3 most highly qualified firms in accordance with FAR 36.602-3(c). In arriving at its recommendation, the board will apply the selection criteria below which are in descending order of precedence.� Criteria 1 - 4 are primary factors. Criteria 5 - 6 are secondary factors and will only be used as tie-breakers among firms that are essentially technically equal. 1.� Specialized Experience and Technical Competence: � � �(1) Firm will provide a maximum of five (5) projects completed within the last 5 years that best demonstrate specialized experience and technical competency (SF330, Part I, Sections F & G). � � � � a.� Performing Bathymetric/Hydrographic surveys: � � � � � � � i.� Multibeam � � � � � � � ii.� Subbottom Profile � � � � � � � iii.� Magnetometer � � � � �b.� Demonstrated experience working with: � � � � � � � i.� State Plane Coordinates system � � � � � � � ii.� North American Datum of 1983 (NAD83) horizontal Datums � � � � � � � iii.� Real-time Kinematic (RTK) or Post Processed Kinematic (PPK) positioning � � � � �c.� The ability to create and produce digital files from the data collected: � � � � � � � �i.� Charts showing soundings and contours � � � � � � � �ii.� Sun-illuminated shaded relief charts � � � � � � � �iii.� Sub surface plot maps � � � � � � � �iv.� .xyz files � � � � � � � �v.� .kmz files � � � � � � � �vi.� .pdf files � � � � �d.� The ability to analyze data collected and describe bottom features and anomalies found in a written report. � � � � �e.� The ability to compare data collected with historical data � �(2) A list of equipment to be utilized (SF330, Part I, Section H), including calibration procedures. 2.� Professional Qualifications (SF330, Part I, Section E): � �(1) Current FIG/IHO/ICA (International Federation of Surveyors / International Hydrographic Organization) or NSPS/THSOA (National Society of Professional Surveyors/ The Hydrographic Society of America) certification and be a Professional Licensed Surveyor. � �(2) Experience with US Army Corps of Engineers criteria for survey services as outlined in the Hydrographic Surveying Engineer Manual EM 1110-2-1003, 30 November 2013. 3.� Past Performance (SF330, Part I, Section H): Past performance on projects presented in Factor 1 with respect to quality of work, cost control and compliance with performance schedules. Greater weight will be given to firms that have above average performance. � Submit a completed Contractor Performance Assessment Reporting System/Architect-Engineer Contract Administration Support System (CPARS/ACASS) evaluation for each project listed under Criteria 1. If there is not a completed CPARS/ACASS evaluation, the Past Performance Questionnaire (PPQ) included in this notice shall be sent to references to complete. The firm shall fill in the information in the Sections 1 � 3 of the PPQ. References shall complete Section 4 and 6 of the PPQ.� 4.� Capacity to perform the work (SF330 Part I, Section H): �Ability to manage, coordinate, and administer the work within the prime and among any teaming partners as applicable. Firm must demonstrate that they, as the prime contractor, are capable of performing 50% or more of the work with in-house forces. � 5.� Location in the general geographic area of the project and knowledge of locality. Firms must demonstrate familiarity with the San Francisco Bay Area, including Suisun Bay, by displaying knowledge of local conditions. 6.� Innovations or features that may be unknown to MARAD that would add value to the overall product.� For Factors 1 and 3, the Government may contact all or some of the references to verify information obtained or follow-up regarding status of responses. AMENDMENT 1 The purpose of this amendment is to correct the due date for submissions and post the Questions and Answers (Q&As).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/98406fc8b25144a79928c2ba9a1d7c7e/view)
 
Place of Performance
Address: CA 94510, USA
Zip Code: 94510
Country: USA
 
Record
SN06759331-F 20230723/230721230049 (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.