Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2006 FBO #1521
SOURCES SOUGHT

C -- PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACTS FOR SURVEYING SERVICES, VICKSBURG DISTRICT- ENGINEERING DIVISION

Notice Date
1/23/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-06-AE-0001
 
Response Due
2/28/2006
 
Archive Date
4/29/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Up to two contracts will be awarded as a result of this announcement. Work will be accomplished under Indefinite Delivery Contracts NTE $1.0M each with a base period and two option periods. Task orders issued over the life of the contract shall not exceed $3.0 million. The contract base period will be 365 days from the date of contract award or exhaustion of the contract value of $3.0 million, whichever comes first. The period of any option will be 365 days from the date the Contracting Officer sign s the exercise of the option or until exhaustion of the contract value of the option or until exhaustion of the contract value of $3.0 million, whichever comes first. Work will be issued by negotiated firm-fixed price task orders. Allocation of task orde rs will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relat ive to remaining contract capacity, equitable workload distribution. This announcement is set-aside for small businesses with a code of SIC 8711. 2. PROJECT INFORMATION: The work consists of professional services in connection with surveying required at various locations primarily within the limits of the Vicksburg District, which includes parts of Arkansas, Louisiana, and Mississippi. Use of the metric system of measurement may be required for some task orders. 3. PRE-SELECTION CRITERIA will be based on the following considerations, which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. Have one or more registered land surveyors in each of the states of Arkansas, Louisiana, and Missi ssippi. B. Have a minimum of 3 years of demonstrated experience in the following areas: GPS surveys, automated hydrographic surveys utilizing DGPS, gage and discharge surveys, automated topographic surveys utilizing total stations and data collectors, cad astral surveys, OTF or RTK surveys, and multi-beam or fan-sweep hydrographic surveys. C. Have demonstrated experience in the performance of first order horizontal and vertical control surveys. D. Have the necessary equipment, boats and personnel with dem onstrated experience in the performance of the above type of surveys. E. Have demonstrated experience in the use of CADD/GIS systems. All drawings shall be furnished in Bentley Micro-station design file compatible format or ESRI compatible format. Deliv erables and backups must be of current version in operation by the Vicksburg District at time of contract award. Responding firms must, as a part of their response, state the type of CADD system to be used by their firm and explain in detail how the syste m will be made compatible with the Vicksburg District CADD/GIS system. Firms failing to submit as a part of their response, information on how they will achieve complete CADD/GIS compatibility with the Vicksburg District's system will not be considered. 4. SELECTION CRITERIA will be based on the following considerations and are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. A. Specialized experience in first-order horizontal and vertical control surveys, GPS control surveys, automated hydrographic surveys in real time utilizing DGPS tec hnology, gage and discharge surveys on large and small streams, topographic surveys utilizing total stations and data collectors formatted for entry into CADD/GIS computer systems, topographic surveys utilizing vehicle-mounted OTF or RTK Differential GPS s ystems, multi-beam or fan-sweep hydrographic surveys, and cadastral surveys including large land areas accepted by state or Federal courts to settle boundary di sputes. B. Capacity in terms of personnel, including management personnel, with demonstrated experience and qualifications in all areas of surveying required above, and necessary equipment to assure prompt response to and completion of surveying assignmen ts (short listed firms may be shown model and serial numbers of all equipment shown in the SF 255). C. Professional qualifications of employees designated to work under this contract, including professional recognition, professional registration, advanced degrees, and recognized designations of industry professional organizations. D. Knowledge of locality in terms of terrain features, area-working conditions, location of major landforms, and river basins, etc. E. Past performance - consideration will be given to ratings on previous A-E DoD contracts for engineering services. F. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a p ercentage 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. G. Geographic proximity to Vick sburg, Mississippi. H. DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. The contracts will be awarded on or about July 1 , 2006. 5. SUBMISSION REQUIREMENTS: Interested firms must send one copy of SF 330 as well as part II of each consultants SF 330 to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services (CEMVK-ED-CE) 4155 Clay Street, Vicksburg, Mississippi 39183-343 5. Include DUNS number on all submittals. Note the following restrictions on submittalResumes of key persons, specialists and individual consultants (Section E) anticipated for this contract will be limited to a maximum of 20 pages. Additional information (Section H) will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluations. All telephone calls should be directed to Mrs. Jennifer Chambers, (601) 631-5562. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. This is not a Request for Proposal. A fee proposal will be requested at a later date. ****NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database (see http://www.ccr.gov/ for information r elative to CCR). Point of Contact (POC) Jennifer Chambers (601) 631-5562. POC EMAIL: Jennifer.b.chambers@mvk02.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00970991-W 20060125/060123212126 (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.