AWARD
C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR SURVEYING, MAPPING, AND RELATED SERVICES WITHIN THE LIMITS OF THE U.S. ARMY COPRS OF ENGINEERS (USACE), NEW ORLEANS DISTRICT
- Notice Date
- 1/12/2010
- Notice Type
- Award Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-09-R-0064
- Archive Date
- 2/11/2010
- Point of Contact
- Bridget, 504-862-2876
- E-Mail Address
-
US Army Engineer District, New Orleans
(bridget.m.morehiser@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912P8-10-D-0050
- Award Date
- 1/11/2010
- Awardee
- EMC, INCORPORATED (099170938)<br> 2472 SUNSET DR<br> GRENADA, MS 38901-2828
- Award Amount
- $10,000,000.00
- Line Number
- NA
- Description
- This contract(s) is being procured in accordance with the Brooks A/E Act as implemented in FAR Subpart 36. Firms will be selected for negotiation based on the demonstrated competence and qualifications for the required work. See Numbered Note 24 for general information on the Architect-Engineer (A-E) selection process. A-E Services are required in the form of three (IDIQ) contracts for Surveying, Mapping and Related Services, not to exceed $2,000,000 per performance period, with four performance periods, not to exceed $2,000,000 each. Each performance period shall not exceed one year. This is a 100% SMALL BUSINESS SET ASIDE. The NAICS code for this procurement is 541330 and the size standard is $4.5 million. The Government will award Firm Fixed-Price (FFP) contracts under which FFP task orders will be issued among the three contracts using the following ranking criteria: the performance and quality of the deliverables under the current ID/IQ contracts, current capacity to accomplish the task orders in the required time, and equitable distribution of work among the three contracts. The initial contract is expected to be awarded in October 2009 and the period of performance will be a base performance period of one year and four additional performance periods or for the amount of $10,000,000 (whichever comes first). PROJECT INFORMATION: The services required under this contract will include the following field assignments: topographic surveys, overbank surveys, structure surveys, terrestrial-LIDAR, Field GIS, field CAD, planimetric, cadastral and control surveys including Global Positioning System (GPS) vertical surveys which conform to NGS specifications, setting staff gages, and automated hydrographic surveys including multibeam surveys in water bodies and channels within the New Orleans District and the Gulf of Mexico. Hydrologic services will include field gauging surveys, including discharge measurement and sediment sampling measurements. Subsurface and submerged utility and object detection per industry standards shall be required. Differential Global Positioning systems (DGPS) will be used in making hydrographic surveys. Offerors shall have the capability of using both multibeam bathymetric and single transducers with dual frequency technology to obtain hydrographic surveys. Tasks may include researching titles and preparing abstracts for servitudes, rights-of-way, etc., and graphically depicting the survey data and certifying the resulting hard copy plan maps. All data collection and deliverables shall comply with USACE Hydrographic Surveying, Control & Topographic Surveying Engineer Manuals, and the current industry standards. Completed surveys shall be certified by a registered professional land surveyor. Offerors shall provide sufficient surveying vehicles and equipment with sufficient technical, supervisory, and administrative personnel to ensure expeditious completion of all task order assignments. Services also include computing and compiling the above types of surveys; creating digital terrain models; point-cloud data processing; production of ESRI GIS and MicroStation CADD products from collected data. As applicable, deliverables shall comply with the USACE A/E/C CADD and SDSFIE GIS standards. All survey data shall be furnished on digital media. Offerors shall have the capability to transfer products to a secure USACE File Transfer Protocol (FTP) Server. To be considered for selection, offerors shall demonstrate experience in the types of serves stated above including hydrographic surveys with DGPS equipment and multibeam bathymetric systems and topographic surveys, total station systems, RTK and VRS systems; have available at least the following: one (1)professional registered land surveyor; and one (1) abstractor; have at least two 4-person conventional survey parties; three (3) 2-person hydrographic survey parties; two(2) 2-person Global Positioning System (GPS) parties capable of performing various types of GPS Surveys; and two (2) 2-person stream gauging crews.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/Awards/W912P8-10-D-0050.html)
- Record
- SN02040227-W 20100114/100112234704-2627619d07262b758c0e42fd141cf062 (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 |