Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2010 FBO #2983
SOURCES SOUGHT

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER (A-E) CONTRACTS FOR FIELD SURVEYS WITH AUTOMATED HYDROGRAPHIC SURVEY CAPABILITIES, PRIMARILY WITHIN THE ST. LOUIS DISTRICT BY THE ST. LOUIS DISTRICT

Notice Date
1/22/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-10-S-0001
 
Response Due
2/24/2010
 
Archive Date
4/25/2010
 
Point of Contact
Deborah Krems, 314-331-8515
 
E-Mail Address
USACE District St. Louis
(debbie.krems@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
C -INDEFINITE DELIVERY ARCHITECT-ENGINEER (A-E) CONTRACTS FOR FIELD SURVEYS WITH AUTOMATED HYDROGRAPHIC SURVEY CAPABILITIES, PRIMARILY WITHIN THE ST. LOUIS DISTRICT, BY THE ST. LOUIS DISTRICT, Geospatial Engineering Branch, Jim Lamkins, (314) 331-8897, Contract Specialist, Deborah Krems (314) 331-8515. (Site Code W912P9) Solicitation W912P9-09-S-0001. Classification Service Code C, NAICS code is 541330. I. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented by FAR Subpart 36.6 and supplements thereto. Firms will be selected for negotiation based on demonstrated competence and qualifications. The services anticipated to be required consist of providing field and hydrographic surveys with differential global positioning systems (DGPS) for the St. Louis District, U.S. Army Corps of Engineers. The St. Louis District boundaries will be the primary area for the work, but the Government may, at the discretion of the St. Louis District and upon concurrence of the Contractor, accomplish work in other geographical regions. Three unrestricted indefinite delivery contracts will be negotiated and awarded. The contracts will be awarded in the order of ranking determined by the selection approval authority. Each contract will have a $5,000,000 total capacity for a five (5) year period. Yearly rate schedules with annual cost escalation will be negotiated for the contracts. On each individual contract, the first years rate schedule shall become effective the day of contract award, and shall be in effect for 1 year from contract award. Subsequent rate schedules shall become effective on the yearly anniversary dates from contract award. Work will be issued by negotiated firm-fixed-price task orders not to exceed the contract amount. The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, the availability of 2 simultaneous survey crews, uniquely specialized experience, geographic location and equitable distribution of work among Contractors. The contracts are anticipated to be awarded in July 2010. 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, relative to the employees office location. Prior to contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-(800)-334-3414. This announcement is open to all businesses regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of this contract, with small and small disadvantaged business. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The sub-contracting goals for the St. Louis District for each contract are as follows: (1) at least 70.0% of a contractor's intended subcontract amount be placed with small businesses (SB); (2) at least 6.2% of a contractor's intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7.0% of a contractor's intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 9.8% of a contractor's intended subcontract amount be placed with HUBZone SB; (5) at least 3.0% of a contractor's intended subcontract amount be placed with veteran-owned SB (VOSB); (6) at least 0.9% of a contractor's intended subcontract amount be placed with service-disabled veteran-owned SB (SDVOSB). The plan is not required as part of this submittal, but will be required with the fee proposal of the firm(s) selected for negotiations. II. PROJECT INFORMATION: Work will be for field and hydrographic surveys. Work may consist of topographic surveys, dredge material measurement and payment surveys, construction layout surveys, geodetic control (horizontal and vertical) surveys, GPS/DGPS surveys, river/harbor project clearance, underwater hazard detection, aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, and boundary and cadastral surveys. Hydrographic surveys shall use totally automated systems with the capability of position by use of Differential Global Positioning Systems (DGPS). The A-E must have a back-up positioning system in the event that satellite transmission for DGPS positioning is interrupted or not available. Work may be performed to support other Federal agencies. III. 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. through e. is 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: (1) Experience in hydrographic surveys, dredge material measurement and payment surveys, DGPS surveys, river/harbor project clearance, underwater hazard detection; (2) Experience in field topographic surveys, GPS/RTK surveys, construction layout, geodetic control (horizontal and vertical), aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, and cadastral/boundary surveys; (3) demonstrate use of GPS equipment, including network layout and adjustments and the ability and experience to submit GPS control to the NGS for blue booking and that the NGS accepted their submittals for inclusion in the NGS database; (4) capability to integrate field survey information into photogrammetric mapping databases including but not limited to underwater soundings, horizontal traverse circuits, 3D contour grids, aerial photo control point location coordinates, boundary surveys, utility locations, boring hole locations, and other survey needs; (5) firms must have capability to collect and deliver data in digital format, readable and fully operational in 2D and 3D, in Bentley Microstation.dgn format (Microstation V8.0 or later); in ESRI shape files or Personal GeoData Bases; and ASCII format on CDROM, DVD, or a Firewire storage file formatted in MS-DOS. b. Capacity to Accomplish the Work. (1) Capacity to perform approximately $5,000,000 in work of the required type in a five-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. Firms must have the personnel capacity and sufficient equipment for two simultaneous survey crews. (2) Firms shall demonstrate that they presently have, or the capability to readily obtain through purchase or lease, a DGPS equipped automated hydrographic survey vessel with an environment controlled cabin of 19-30 foot length capable of being trailered to and operating in U.S. inland and potentially coastal navigation projects for the automated acoustic surveys; (3) Firms shall demonstrate that they presently have, or the capability to obtain through purchase or lease, static or kinematic GPS equipment capable of subcentimeter measurement accuracy, electronic total station with data collector, and CADD/GIS data processing equipment; (4) Demonstrate ability to accomplish the work and maintain delivery of a quality product; (5) demonstrate ability to commence work immediately after award of a task order. c. Knowledge of the Locality. Knowledge of the local conditions, within the St. Louis District, including geographic features, locks and dams, barge traffic, lakes, boat ramps (both high and low water), river gages, and fueling/boat facilities. d. Professional Qualifications. The firm should have, either in-house or through subcontractors and consultants, qualified and licensed professional surveyors with demonstrated expertise in all aspects of field and hydrographic surveying, a qualified management team, quality control staff, and technical staff. The evaluation will consider the education, training, registration, certification, overall and relevant experience, and longevity with the firm of key management, professional, and technical personnel using information from Block E of the SF 330 submittal. Interested firms should ensure that their SF 330 includes the resumes of all management, professional and technical personnel. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, Part I, Section E. Work must be performed under the supervision of a Professional Land Surveyor registered Professional Engineer. All survey work must be performed under the supervision of a Registered Land Surveyor with demonstrated expertise in completing the work required. The evaluation will consider education, training, professional registration, overall and relevant experience, longevity with the firm, and personnel strength. e. Past Performance. Past performance on similar Department of Defense contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules as determined from ACASS/CPARS/PPIRS data, credible documentation included in the SF 330, and other sources. f. SB and SDB Participation. Extent of participation of SB, SDB, women-owned businesses, HUB Zone and Disabled Veteran-Owned Small Businesses will be measured as a percentage of the estimated effort. g. Equitable Distribution of DoD Contracts. Evaluation will consider the volume of DOD A-E contract awards in the last 12 months. The objective is to achieve an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB, by giving more consideration to firms with lower total volume IV. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit four (4) copies of completed SF 330 to, Attn: Debbie Krems, CEMVS-CT-X, 1222 Spruce Street, St. Louis, MO 63103-2833 not later than 3:00 PM local time (Central Standard) on the 24th day of February 2010. Make reference to solicitation number as well as contract title. Include each firms DUNS number on SF 330, Part I, Block 5 and Part II, Block 4. In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project. In SF 330, Part I, indicate in Section C-11 or Section H if the prime has worked with the team members in the past five years and the estimated percentage involvement of each firm on the proposed team. In Section H, describe owned or leased equipment that will be used to perform this contract, as well as the number of available survey crews and CADD capabilities. In section H describe the firms overall Design Quality Management Plan (DQMP) (A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Also include in section H the number and amount of fees awarded on DOD contracts during the twelve months prior to this notice, including change orders and supplemental agreements for the submitting office only. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request for Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7b42bc778b66c6334721fa8885c92551)
 
Place of Performance
Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
 
Record
SN02047741-W 20100124/100122235500-7b42bc778b66c6334721fa8885c92551 (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.