Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
MODIFICATION

C -- Indefinite Delivery AE Contract for Survey and Related Services, Primarily within the Southwestern Division Boundaries (Texas, Louisiana, New Mexico, Oklahoma and Arkansas)

Notice Date
9/12/2007
 
Notice Type
Modification
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-07-R-0138
 
Response Due
10/12/2007
 
Archive Date
12/11/2007
 
Small Business Set-Aside
N/A
 
Description
NOTE: The replaces the prior announcement in its entirety and extends the due date. DESCRIPTION: 1. CONTRACT INFORMATION: THIS IS OPEN TO ALL BUSINESSES REGARDLESS OF SIZE. Surveying and mapping services are to be procured in accordance with PL 92 -582 (Brooks Act) and FAR Part 36. North American Industrial Classification System Code applicable to this project is 541370 (SIC 8713), Engineering Services, which has a size standard of $4,500,000 in average annual receipts. This surveying and mapping contract will be primarily be for work in for Texas, Louisiana, New Mexico, Oklahoma and Arkansas. One indefinite-delivery contract will be negotiated and awarded. The contract will have a term of three years. Work will be issued by use of negotiated, fir m fixed-priced task orders not to exceed the base contract amount. The total contract amount cannot exceed $4,500,000. Anticipated award for the first contract is March 2008. This is considered part of a multiple award along with Solicitation Number W91 26G-07-R-0137. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: (1) uniquely specialized experience, (2) performanc e and quality of deliverables under any current Indefinite Delivery Contracts, (3) current capacity and ability to accomplish the order in the required time, (4) familiarity with design criteria/codes and construction methods used at the locality, and (5) equitable distribution of work among the contractors. Price will not be used as a criterion. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. Before a SDB, WOSB, HUBZone, SDVOSB, is proposed as a potential subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. NO STATE-LEVEL certifications shall be accepted. Failure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's 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/. Joint ventures must have its own CAGE code and be separately registered in CCR. 2. PROJECT INFORMATION: Surveying and mapping servi ces are required to support the US Army Corps of Engineers civil works and military missions including the planning, design, and construction of water resource and military projects. Surveys will be required on public and private lands, US Army Corps of E ngineers lake projects, and military installations. Work under this contract can include, but not be limited to, any or all of the following: Photogrammetric mapping requirements which consist of aerial photography, analytical aerotriangulation, stereo ma pping compilation, orthophotography, and land use/land cover interpretation; horizontal and vertical control networks for establishing grid coordinate systems; ground control for developing photogrammetric and LiDar maps; topographic mapping using total st ations or GPS; detailed planimetric surveys; profile, cross section and road surveys; and Real Estate boundary surveys of Government and some private owned land tracts which may be required to establish or reestablish corners, monuments and boundary lines for the purpose of describing, locating fixed improvements and/or encroachments along Government Lands and platting or dividing parcels. Geographic Information System (GIS) services required under this contract may include the creation, implementation and management of Personal geodatabases. Firms shall be fully capable of furnishing survey data in graphic and ASCII files directly readable to Microstation lates t version (*.dgn), Inroads, Bentley Corporation graphic systems, AutoCadd, latest version and GIS files into ESRI graphic systems (ArcGIS, Arcview, Arcinfo), latest version. Firms should be familiar and be able to accurately comply with the US Army Corps of Engineers SDSFIE Spatial Data Standards and the AEC CADD Standards. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance as follows: (a) Professional qualifications of personnel in the fol lowing areas: (1) Two or more ASPRS certified photogrammetrics on staff included in the resumes of key personnel; (2) Land boundary surveys require the direct responsible and continuous on the ground supervision and review by a Licensed Professional Lan d Surveyor Registered in the state where the work is to be performed (most of the work will be located in Texas, New Mexico, Louisiana, Arkansas, and Oklahoma). Names and qualifications of the Professionals must be fully documented. Note: Program/Proj ect Manager for this contract should be at least one of the professional disciplines described in (1) or (2) above. (3) Documentation of those disciplines which have experience with the use of Photogrammetric, CADD, land surveying and GIS equipment and sof tware to include, but not be limited to stereo-compilers (at least 2); Survey Party Chiefs (at least 4); CADD Technicians proficient with the required AEC CADD Standards (at least 4); GIS Specialists proficient with the required US Army Corps of Engineers SDSFIE Spatial Data Standards (at least 2). (4) Personnel with the following professional abilities to accurately address the specific listed existing conditions in the field: Registered Professional Electrical Engineer (PE) who can identify and detail f eatures such as manholes, transmission lines, transformers, substation capacity, etc.(at least 1); Registered Professional Hydraulic Engineer (PE) who will be able to identify, locate and detail flood control structures, hydraulic patterns, water flows, e tc. Note: The evaluation will consider education, training, registration, voluntary certifications (e.g., ASPRS Certified Photogrammetrist), overall and relevant experience, and longevity with the firm. b. Past Experience on DoD and other contracts with r espect to the following: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. c. Specialized experience and technical competence sh owing the ability to accomplish the following: (1) The contractor must demonstrate experience in the planning and completing photogrammetric and LiDAR surveys using state-of-the-art equipment including airworthy aircraft, airborne GPS capabilities for aircraft navigation and photo control and certified precision aerial mapping camera. The firm must demonstrate technical production expertise consistent with utilization of photogrammetric equipment including the following: owning or leasing airworthy aircraft, currently certified precisio n aerial mapping camera, photographic lab for reproducing aerial photographic and mapping products, hardware and software to perform analytical aerotriangulation and analytical stereoplotter instrumentation interfaced for digital data collection of planim etric and topographic features. The aerial mapping camera shall have forward motion compensation and GPS capabilities for determining accurate photo centers, based on project control datum, to perform mapping that will meet ASPRS standards and the certifi ed precision aerial mapping camera shall have a current camera calibration report by the National Bureau of Standards or an agency making calibration of equal accuracy. Contractor shall demonstrate the ability to perform supporting horizontal and vertical surveys and to produce digital aerial maps at various scales. Contractor must also specify types, technical spe cifications, calibration records and reports and age of photogrammetric and LiDAR equipment available for this contract. (2) The contractor must demonstrate experience in collecting field survey data as follows: vertical and horizontal controls, topograp hy, bathymetric, cross-sections, inverts, asbuilt locations of electrical and communication manholes, poles, guy wires, transformers, pullboxes, handholes, manholes, ducts entering manholes, cables, and appurtenant features and structures, storm and sewer drains, bridges, weirs, and other in-stream structures, planimetric, construction layout, real estate and property boundaries, etc. using electronic total station with data collector, geodetic quality survey grade static/kinematic GPS equipment capable of subcentimeter measurement accuracy and associated processing equipment. Contractor must also specify types, technical specifications, calibration records and reports and age of land surveying equipment available for this contract. (3) The contractor must demonstrate experience in performing, utilizing, and/or producing analytical aero-traingulation, georectification, stereoplotter instrumentation, digital elevation model (DEM) and digital terrain model (DTM) data collection and manipulation, and developin g planimetrics and contours, using state-of-the-art hardware, software, and analytical techniques. DTM contouring shall be delivered as *.TTN files and/or *.RAN and *.BRK files using Bentley packages to create 2D and 3D files DEM data collection and mani pulation of terrain data, digital data editing facilities, ability to provide orthophoto products (Hardcopy and digital). Contractor must also specify types of software and hardware, computer size and storage space capacities, technical specifications, ve rsions and age of equipment to be used to produce this information available for this contract. (4) The contractor must demonstrate capability to reproduce and deliver mapping products (hardcopy and digital), 2D and 3D digital data using the following geor eferenced file types: Microstation (v8*.dgn), AutoCADD (*.dwg) files, ESRI v9.2 GIS databases and geodatabases, Inroads, USGS raster formats, geotiff, Mr. SID, digital raster scan files. All drafting services shall be set to the US Army Corps of Engineers required SDSFIE Standards and/or AEC CADD Standards capable of being loaded directly into Microstation, AutoCADD and ESRI systems for GIS. (5) The Contractor must demonstrate capability to conduct real estate surveys including monumentation, locating deed s of current tract/parcel owners, plat submittals and recordation, and metes and bounds descriptions under the direct supervision and review of a Licensed Professional Land Surveyor, Registered in the state in which the work is being performed. A PLS Regi stered in the State the work is being performed will be expected to be regularly on site in the field on all metes and bounds surveys and always in direct responsible charge of all field and office personnel for determining boundaries. (6) The Contractor m ust demonstrate knowledge of coordinate and datum systems and topographic and geographic conditions within Texas and the states adjoining Texas. (7) The contractor must demonstrate experience in the acquisition and utilization of remotely sensed data incor porating existing mapping databases and/or generate thematic maps (providing topologically clean CADD files for GIS use). (8) The contractor must demonstrate capability to gather historical photos from hardcopy and/or digital sources and perform photo ima ge interpretation to detect land use and change analysis utilizing digital softcopy techniques and manually via hardcopy. (9) Contractor must have capabilities to deliver digital data which must be readable and fully operational with systems listed above and delivered as required on CDROM, DVD-ROM, optical rewritable disks, 8mm tapes, magnetic 9-track computer tapes, file transfer protocol (ftp), 3.5 disks. (1 0) The Contractor must demonstrate familiarity with the US Army Corps of Engineers and industry safety regulations and procedures such as confined space requirements, first aid and safety, highway safety, defensive driving. d. Sufficient capacity to respo nd quickly, mobilize qualified personnel, and produce quality results under short deadline constraints. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. The contractor must dem onstrate the capability to field up to four (4), three-person survey parties simultaneously and must also specify numbers, types, technical specifications, and age of equipment available for this contract. The Contractor must be able to demonstrate that t hey will be able to activate field crews as described above which may require access to execute certain missions on military installations making them necessary to comply with specific security requirements. The following items are secondary criteria: e. In-house capabilities will weigh more heavily than subcontracted work. Responding firms are requested to clearly identify those tasks to be performed in-house and at which office, including both field and office personnel. Firms must show the extent of pa rticipation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. f. Volume of DoD contract awards in the past 12 months In Section H, Part I, SF330, firms must s how their last 12 months DOD contract awards stated in dollars (see details in a subsequent paragraph). g. Location of the firm and knowledge of the area with respect to the general geographic location of the Southwestern Division and Fort Worth Distric t. 4. SUBMISSION REQUIREMENTS: Submittals shall be sent to: US Army Corps of Engineers, Fort Worth District, Attn: June Wohlbach, 819 Taylor Street, Suite 2A19, Fort Worth, Texas 76102-0300 (P.O. Box 17300). GENERAL INSTRUCTIONS: (a) Interested firm s (single firms or joint ventures) having the capabilities to perform this work must submit two (2) copies of an SF 330 (6/2004 Edition), to the above address not later than 2:00 p.m. (Central Time) on the response date indicated above. Late proposal rule s found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and subconsultants) proposed for th e contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using standard English. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums listed will not used in evaluatio n of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART I ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes of t he on-staff or subconsultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3a; (c) In Section F, a maximum of 10 projects including the prime and subco nsultants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, include the firm and location the person is associated with. T he names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. (e) In Section H, provide a narrative to addr ess each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3f, above, provide an itemized summary of DOD awards to include Agency, Contr act Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders (This information will be used as a primary selection factor for specialized experie nce and secondary selection factor, volume of award. Identify all owned or leased equipment including: serial numbers, types and capabilities of aircraft, cameras, analytical and softcopy stereo plotters, digital orthophoto equipment, photo lab equipm ent, appropriate surveying equipment, complete breakdown of computer/CADD support equipment including CADD and GIS graphic equipment, software, translators to provide files for compilation of data, and types of data storage such as high density floppy disk (CD Rom), etc. that will be used to perform this contract in Part I, Section, H of their SF 330. Describe the firms overall Design Quality Management Plan (DQMP) Note: A full project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but the full document is not required with this submission; sufficient information about this plan should be provided clearly explain the ability of the firm to control costs, schedule and quality checks of work to be submitted to the Government. Include the firms ACASS number in SF 330, Section H. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. In addition, they shall describe the coordination with subcontractors and indicate the estimated percentage i nvolvement of each firm on the proposed team and provide a proposed organization chart and a narrative describing how the organization will function. Those functions to be subcontracted out and to which location shall be clearly identified and at what of fice (specify the address of the office and key person that is assigned there). All Part IIs MUST be signed (signed within the past 3 years) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Ind icate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for t he preceding three fiscal years must not exceed $4.5 million; (b) In Block No. 4 Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DU NS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. The SF330 should be complete and specifically address the requirements of the announcement. Points of Contact: Contracting  June Wohlbach, (817) 886-1069, Technical  Steve Schultz (817/886-1862), e-mail your questions to US Army Engineer District, Fort Wort hMilitary at: june.wohlbach@swf02.usace.army.mil. This is not a request for proposal.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN01404400-W 20070914/070913074416 (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.