SOLICITATION NOTICE
R -- The Huntington District U. S. Army Corps of Engineers announces the following procurement for Engineering Field Surveys. The point of contact for this requirement is Richard D. Horton (304)399-5623.
- Notice Date
- 1/3/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- W91237-06-R-0010
- Response Due
- 2/2/2006
- Archive Date
- 4/3/2006
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Engi neering field surveys and other related surveying services are required for various types of civil works projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries which include the B uffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage ra tes will be furnished and new line items included by modification. One indefinite delivery contract will be negotiated and awarded with a base year and four option years. The contract amount will not exceed $5,000,000.00 over the life of the contract. W ork will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in June of 2006. North American Industrial Classification System (NAICs) code is 541370, which has a size standard of $4,500,000.00 in average annual receipts. This announcement is open to small businesses only. To be considered eligible for set-aside procedures, firms must clearly indicate on their SF 330 appropriate certification as small business (self certification). Quality Control Plans will b e required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relati ve to the employees office location (not the location of the work). To be eligible for 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. 2. PROJECT INFO RMATION: Engineering services will consist of horizontal and vertical control surveys, structural deformation studies, route surveys, quantity surveys, land surveys, construction layout surveys, geodetic surveys, and real property surveys of Government-ow ned land tracts, such as levees, reservoirs, or dredge disposal areas. This may be required to establish or re-establish corners, monuments and boundary lines, or for the purpose of describing fixed improvements, or platting or dividing parcels. These serv ices will be used as necessary to support engineering studies to include design and construction, planning, operation and maintenance of navigation and flood control projects, real estate and emergency management activities for projects within the jurisdic tion of the selecting Districts and may be utilized for Division wide projects. The District and division boundaries are shown at http://www.usace.army.miYinet/locations/bdry-pages/. All mileage computed in regard to a particular task order will be measure d from the District office. Surveys require personnel and equipment necessary to obtain surveys of second and third order accuracy (NGS standards). Facilities must be capable of producing topographic mapping that conforms to the National Map Accuracy Stan dards. Some surveys shall use totally automated systems with the capability of positioning by use of a Differential Global Positioning System (DGPS). Firm(s) must also verify possession or ability to obtain backup (conventional/terrestrial) positioning sys tems in the event that satellite transmission for DGPS positioning is interrupted, blocked, or not available. Firms must be able to submit survey and mapping data in the formats requested by the government. These formats include, but are not limited to Tri mNet, Geolab, Metadata, 3D-Microstation, CADD, AUTO-CADD, Hypack, Excel, and ASCII. The files may be requested on 3.5 floppy disk, zip disk, CD ROM, DVD, or ele ctronic transfer. In addition to the above formats, firms must have e-mail capability for project updates, status reports, file transfer abilities (FTP), etc. The government will only accept the final product, without conversion or reformatting, in the sta ted formats. Firms must have the capability of complying with the current U.S. Army Corps of Engineers manuals EM-1 110-1-1003, EM-1 110-1-1005, EM-1 110-1-1004 & EM-1 110-1-1002. Firms must also have the capability of complying with the Tri-Service Spatia l Data standards. Firms must have the capability of using the Global Positioning system (GPS) for geodetic control surveys, in addition to conventional surveying mapping instruments suitable for the stated accuracies. Work may require using the metric syst em. A detailed list of survey instruments indicating age, technical specifications (indicating compliance with the NGS standards for second and third order survey accuracies) brand name, and mechanical condition of all instruments must be furnished. 3. SE LECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through D are primary. Criteria E through F are secondary and will only be used as a tie-breaker among firms that are essentially technically equal. All work is to be performed under the supervision of a Registered Land Surveyor or a Registered Civil Engineer. A. Specialized Experience and Technical Competence. Fir ms must indicate specialized experience and technical competence in: 1) Geodetic surveying utilizing least squares adjustments to establish horizontal and vertical control for various surveying projects. 2) Topographic surveying capabilities using differe ntial GPS and conventional surveying techniques. 3) Deformation monitoring capabilities utilizing least squares adjustments to analyze survey measurements for accuracy and monitor movement of large structures. 4) Global Positioning Systems capabilities f or geodetic, topographic and GIS data collection. 5) Indicate capability to perform LIDAR mapping and describe that capability. 6) Ability to collect digital data for planimetric and topographic features, DTM, DEM, data collection and manipulation of ter rain data. 7) Cadastral surveying capabilities to re-establish, monument and sub-divide parcels, easements and right-of- ways in accordance with state and local requirements. 8) GIS-data development and system design compatible with the National Spatial Data Transfer Standards (SDTS). 9) Route surveys. 10) Construction surveys. B. Professional Qualifications to Include Personnel Strength and Equipment Availability. 1) Personnel Strength - Firms must provide resumes that indicate the professional quali fications necessary for satisfactory performance of the required services in each field for the following individuals. Supervisory Professional Land Surveyor or Professional Civil Engineer with the ability to perform surveys in the following states: West V irginia, Virginia, Ohio, Kentucky and North Carolina. Resumes identifying education, training and/or certification are also required for the following individuals: Geodesist / GPS technician, civil engineer / surveying technician, CADD operator / Draftsper son and a minimum of three survey parties, of 3-person (party chief, instrument operator and rodman) survey parties are required. 2) Equipment Availability - Firms must provide a list of equipment including Total Stations, GPS receivers (Geodetic and CIS q uality), Automatic Levels, Boats and Computer software. C. Capacity to perform approximately $1,000,000.00 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of qualified personnel. D. Pa st performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from ACASS and o ther sources. E. Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. F. Equitable Distribution of DOD Contracts: Volume of DOD A-E contract awards in the last 12-months with the objective o f effecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. In addition, a brief Design Management Plan including an explanation of the firms management approach, management of subcontractors (if applicable), qua lity control procedures and an organizational chart showing the interrelationship of management and various team components (including sub-contractors) shall be included. 4. SUBMISSION REQUIREMENTS: Interested firms having the capability to perform this work must submit two copies of a current completed Standard Form 330 (SF 330, 06/04 edition), Architect-Engineer Qualifications for the prime and all consultants and any supplemental information which documents the firms qualifications to the above address no later than 4:30 p.m. on February 2, 2006. Include the firms DUNS number in Block 5 of the SF 330. For ACASS information, call 503-808-4590. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional proje ct information will be given to firms during the announcement period. This is not a request for proposal. Please do not register at the Huntington District website. Only timely SF 330s will be considered. The point of contact for this requirement is R ichard.D.Horton@Lrh01.usace.army.mil
- Place of Performance
- Address: US Army Engineer District, Huntington ATTN: CELRH-CT, 502 8th Street Huntington WV
- Zip Code: 25701-2070
- Country: US
- Zip Code: 25701-2070
- Record
- SN00960540-W 20060105/060103211909 (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 |