SOLICITATION NOTICE
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR SURVEY AND RELATED SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA
- Notice Date
- 12/15/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-06-R-0010
- Response Due
- 1/25/2006
- Archive Date
- 3/26/2006
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: This Indefinite Delivery contract(s) is 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. North American Industrial Classification System code is 541370, which has a size standard of $4,500,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for th is contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 06 subcontracting goals for this contract are a minimum of 51.2% of the contractor's intended sub contract amount be placed with small businesses, with 8.8% of that to small, disadvantaged businesses, 7.3% to woman-owned small businesses, 3.1% to HUB Zone small businesses and 1.5% to service disabled veteran owned small businesses. The subcontracting plan is not required with this submittal. The contract is for one base year with a maximum of $1,000,000 plus two one-year options, each with a $1,000,000 limit for a potential total limit of $3,000,000 over a term of three years if all options are exerci sed. There will be no specific delivery order limit except that of the contract limit. Anticipate more than one contract, but no more than two (2) contracts may be awarded. Anticipate awards to be staggered, at six (6) to (12) month intervals. The first contract award is anticipated for September 2006. All responders are advised that this anticipated requirement may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no surveys are yet authorized and no funds are presently available (See FAR 52.232-18). This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Registe r via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Respondents are also advised that firms must have submitted their Annual Representations and Certifications by way of the Online Representations and Certifications Application (ORCA) and must meet minimum wage and fringe rates as established by the Service Contract Act of 1965 to be eligible for contract award. The allocation of requirements between all concurrent contracts will be based on a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities, c. Apparent capacity of the contractor to perform the anticipat ed type of work; d. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders, h. Understanding of local factors of geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Ease of negotiation completion; and n. Available personnel. 2. SERVICES INFORMATION: Typica l types of services to be provided may include topographic, hydrographic, aerial mapping (LIDAR), GPS control, boundary establishment, 3D digital mapping, office computations and other specialized surveys for use in developing Plans and Specifications. The selected firm(s) must demonstrate the ability to provide AutoCAD formatted drawings and all support files that conform with the Corps of Engineers CADD/GIS Technology Center A/E/C CADD Standards (version 2.2) using the most recent version of AutoDesk Lan d Desktop at the time of contract and follow-on delivery order award. 3. SELECTION CRITERIA: The following primary selection criteria (A-G) are listed in desc ending order of importance: (A) Professional personnel in the following disciplines: 2 surveyors licensed by the State of Alaska with a crew of 3 party chiefs and 6 staff surveyors, a photogrammetric specialist, and a hydrographic surveyor with at least 6 years of experience surveying in navigable channels. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the con tract. (This means that work physically completed in the State of Alaska [i.e. geotechnical, survey, etc.] must use Alaskan residents). (B) Specialized experience and technical competence: (1) minimum of 3 years experience in the use of AutoCAD and Land Desktop software, (2) minimum of 3 years of experience in global positioning system (GPS), (3) qualified to conduct precise surveys. (C) A quality management plan that will be used for this contract, to include a description of the processes that will be u sed to ensure that quality services are provided to the Government. The plan should address the quality control processes that will be used by the contractor, and how those processes will complement and support the Governments quality assurance role. Th is plan must describe the organizational structure of the proposed team to support the contract and detail responsibilities and authorities of key personnel in relationship to the overall organization of the firm. If disciplines are not available in-house , the prime contractor must demonstrate the ability to manage subcontractors in other disciplines. The quality management plan must address the integration of work products of the entire team that is proposed. (NOTE: A detailed quality management plan w ill be required at the time of a Request For Proposal. (D) The firms past performance on DOD and private sector contracts with respect to cost control, quality of work, and compliance with schedules. (E) Capacity to maintain schedules and accomplish req uired work on six task orders simultaneously. (F) Knowledge of the locality. Criteria G-I are secondary criteria and will only be used as tie-breakers among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (G) The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, measured as a percentag e 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. (H) Geographic proximity. (I) Volume of DOD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated: a) Part I, block c (11): include if previously w orked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each survey identified; and c) Part I, block H(3): address how your team meets ea ch selection criterion. Include an organization chart of the key personnel to be assigned to the survey. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.d o, or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract aw ard, but is not required with this submission. Part I and II of the SF 330 must be submitted. Submittals must be received at the address indicated above not later than 2:00 pm Alaska time on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: Two (2) work days prior to delivery, the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This information must be faxed to 907/753-2544 or forwarded electronically to the POC i dentified herein. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB, only. Each driver must provide a valid driver's license, proof of current insurance, current IM certificate, and current valid vehicle registration. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. Point of Contact Leon Clay, 907-753-2879 Email your questions to US Army Corp of Engineers, Alaska at Evan.L.Clay@poa02.usace.army.mil
- Place of Performance
- Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
- Zip Code: 99506-6898
- Country: US
- Zip Code: 99506-6898
- Record
- SN00953066-W 20051217/051215212714 (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 |