SOLICITATION NOTICE
C -- INDEFINITE DELIVERY TYPE A-E CONTRACT FOR PROFESSIONAL FIELD SURVEYING SERVICES FOR VARIOUS MILITARY AND CIVIL PROJECTS WITHIN OR ASSIGNED TO THE LITTLE ROCK DISTRICT, CORPS OF ENGINEERS
- Notice Date
- 10/24/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201
- ZIP Code
- 72201
- Solicitation Number
- DACW03-03-R-0006
- Archive Date
- 1/24/2003
- Point of Contact
- naomi hayden, 501-324-5165
- E-Mail Address
-
Email your questions to USACE Little Rock District
(naomi.hayden@swl02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 1. CONTRACT INFORMATION: One or Two Indefinite Delivery ARCHITECT-ENGINEER (A-E) contracts for Field Surveying Services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects in o r assigned to the Little Rock District. Two indefinite delivery contracts may be negotiated and awarded, with a base period of one year and two one-year option periods. The contract option year may be exercised before the expiration of the base contract pe riod (or preceding option period), if the contract amount for the base period (or preceding option period) has been exhausted or nearly exhausted. Individual fixed-price task orders will not exceed $200,000; the annual ceiling for the base year and each o ption year is $500,000 for each period. The minimum guaranteed amount for the base year is $10,000. Projects outside the primary area of responsibility may be added at the Government?s discretion upon agreement of the selected firm. Ordinarily, task ord ers will be placed with the contract (the primary contract) corresponding to the location of work. However, a task order may be placed with the other contract if the primary contractor does not have the capacity to complete the order in the required time period, the primary contractor has performed unsatisfactorily on previous orders under the subject contract, and/or significantly less work has been placed under the other contract. This announcement is open to all businesses regardless of size. If a lar ge 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 subcontracting goals for the contract are: The subcontracting goals for the contract is that a minimum of 64.4% of the prime contractor's intended subcontract amount be placed with Small Business (SB), including Small Disadvantaged Businesses (SDB) of 9.1%, Woman owned Small Businesses (WOSB) of 5%, Historically Black College s and Universities and Minority Institutions (HBCU/MIs) of 5%, Historically Underutilized Business Zone (HUBZone) Small Business of 2%, Veteran-owned Small Business of 3%, and Service Disabled Veteran-owned small business of 3%. The plan is not required w ith this submittal, but will be required prior to award. 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. 2. PROJECT INFORMATION: Work includes Topographic, Cadastral, Geodetic/Control, Construction Layout, Hydrographic, and Engineering surveys. Final products must be submitted in either hard copy E-size drawings or in Intergraph Design Files (DGN), or both, as called for in the orders. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria items ?a? through ?e? are primary. Criteria items ?f? and ? g? are secondary and will only be used as ?tie-breakers? among technically equal firms. a. Professional qualifications. (1) Must have Registered Professional Land Surveyors in Arkansas and Missouri. Must have survey technicians with the experience to per form all types of required surveys. Must have CAD technicians capable of timely production of DGN and digital terrain files to COE standards. b. Specialized experience and technical competence: (1) Expertise in topographic, cadastral, and engineering s urveys. This will include, but is not limited to site surveys, flood plain studies, cross-sections with volume computation, and differential leveling. (2) Expertise in control, hydrographic and construction layout surveys. This will include, but is not limited to, large and small area control networks; photogrammetric mapping control; small boat hydrographic surveys (16-18 foot boat with shallow water capabili ty) on rivers, streams and lakes; and building, road, utility, channel, or other construction layout. (3) Must have the capability of producing CADD files in Intergraph compatible design and digital terrain model files that require no translation or other manipulation by District personnel and have computer software capable of same. c. Capacity. Firms will show the capacity to field a minimum of 3 fully equipped and qualified three-man survey crews with the ability to accomplish the above-listed surveys. The firms will have a minimum of the following: three approved total stations with electronic field books, three automatic levels, a fully equipped 16-foot (minimum length) boat with shallow water (2-20 foot depths) hydrographic survey capability, a 4-wh eel (minimum) ATV, all accessory survey equipment necessary to perform the surveys, and dual frequency GPS receivers with processing software (GPS equipment must be capable of accuracies and documentation for NGS blue booking). Must have a plotter able to produce E-sized plots on paper or mylar. CADD files will be submitted on CD-ROM or a 3.5? floppy disk formatted in MS-DOS. Firms must demonstrate sufficient personnel and equipment to perform the required work in a timely manner. d. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Location. Specific knowledge of, and experience with, Arkansas and Missouri state and local boundary laws and regulations will be given additional consideration. f. Extent of participation of SB, SDB, and HBCU/Mis in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMI SSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit on copy of SF255 (11/92 edition), and one copy of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement (printed version). If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm?s ACASS number in SF255, Block 3b . For ACASS information, call 503-326-3459. Indicate in Block 4 of the SF 254 if your firm is a Large Business, Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned SB, Veteran-Owned SB, or Service Disabled Veteran-Owned SB. To be classif ied as a Small business, a firm?s average annual receipts or sales for the preceding three fiscal years must not exceed $3.5 million. The SF 255 must contain information in sufficient detail to identify the team (prime and consultant) proposed for the con tract. In Block 4 of the SF 255 insert the number of personnel proposed for the contract not necessarily total capacity); consultants as (A) and in-house as (B). In SF 255, Block 10, describe owned or leased equipment that will be used to perform this co ntract, as well as CADD capabilities. Block 10 should also include a Design Quality Control Plan Outline. It should include a brief presentation of the internal controls and procedures that you use to insure that a quality design is produced. Personal v isits for the purpose of discussing the contract are discouraged. This acquisition is being conducted under specific agency delegation of GSA?s exclusive procurement authority for FIP resources. The specific GSA case number is KAA-53-AD0012. This is not an RFP. EMAILADD: jerrod.t.whittington@usace.army.mil EMAILDESC: e-mail Jerrod Whittington (click here)
- Place of Performance
- Address: USACE Little Rock District, ATTN: CESWL-EC-HA 700 West Capitol Little Rock AR
- Zip Code: 72201
- Country: US
- Zip Code: 72201
- Record
- SN00193434-W 20021026/021024213531 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |