Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2010 FBO #3128
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT FOR ARCHITECT & ENGINEERING - SURVEYING SERVICES

Notice Date
6/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-10-R-6009
 
Response Due
7/16/2010
 
Archive Date
9/14/2010
 
Point of Contact
vonda.s.reeves, 501-324-5720
 
E-Mail Address
USACE District, Little Rock
(vonda.s.reeves@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. C--Indefinite Delivery Contracts for Professional Field Surveying Services to support the Little Rock District, the Southwest Division, and the U.S. Army Corps of Engineers involving various Military and Civil Works Projects in or assigned to the Little Rock District, Corps of Engineers CONTRACT INFORMATION: This contract is being procured in accordance with PL 92-852 (Brooks A-E Act) as implemented in FAR Subpart 36.6. This competitive procurement is a Total Small Business Set Aside that may result in one or two contract awards. Architect-Engineering (A-E) services are required for Indefinite Delivery Contract(s) for Surveying Services to support the Little Rock District, the Southwest Division, and the U.S. Army Corps of Engineers. The Little Rock District Corps of Engineers shall award one or two contract awards for Surveying Services for Programs within the boundaries or other location as may be assigned to the Little Rock District and Southwest Division. Selection of A-E firm(s) is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Only firms considered highly qualified will be awarded a contract. The selected Small Business A-E Firm(s) will need to demonstrate the capability to perform, as the prime firm, at least 50% of the work described below in accordance with EP 715-1-7, Chapter 3-8c, which can be found at http://140.194.76.129/publications/eng-pamphlets/ep715-1-7/toc.htm, the U.S. Army Corps of Engineers publications website. Rates will be negotiated for each 12-month period of the contract. The contract term for the award(s) will be for five (5) years. Work under this contract(s) to be subject to satisfactory negotiation of individual task orders, with the total IDC value not to exceed $5,000,000 over the five (5) year life of the contract. 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. The North American Industry Classification System (NAICS) code for this action is 541370 with a small business size standard of $4,500,000. PROJECT INFORMATION: The selected firm(s) will be required to perform Surveying Services within the Southwest Division as may be assigned to the Little Rock District and Southwest Division. Some of the services are of the following types: Topographic, Cadastral, Geodetic/Control, Construction Layout, Hydrographic, and Engineering Surveys. Final products must be submitted in either hard copy E-size drawings or Bentley Microstation Design Files (DGN), or both, as called for in the orders. SELECTION CRITERIA: The selection criteria are listed below. Criteria A thru D are primary. Criteria E is secondary and will only be used as a tie-breaker among technically equal firms. A. PROFESSIONAL QUALIFICATIONS: The contract will require the following disciplines with registration numbers where applicable: (1) Professional Land surveyors with registration number for the states of Arkansas, Missouri, Oklahoma, and Texas (2) Five Party Chiefs (all capable or using GPS, both RTK and Static) (3) A minimum of 4 CADD Specialist with experience using Microstation and InRoads (4) Survey Technicians with the ability to Blue Book observations for inclusion into the NSRS (National Spatial Reference System) Resumes contained in Standard Form (SF) 330, Part I, Section E shall be completed for each discipline. No more than three (3) resumes per discipline shall be submitted except where more than three (3) are specifically requested. ROLE IN THIS CONTRACT, Block 13 under Part I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. B. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE in: (1) Boundary surveys in the US Public Land Survey System used in Arkansas, Missouri, and Oklahoma, and the metes and bounds system used in Texas. (2) Topographic surveys for small and large construction projects. (3) Geodetic control surveys that involve blue booking points for inclusion into the National Spatial Reference System. (4) Hydrographic surveys in shallow water areas that do not allow access by large hydrographic survey boats. (4) Surveys for flood studies that include collecting channel and over bank sections, along with bridge and culvert details. (5) Boundary monument replacement and encroachment surveys. (6) High precision structural behavior measurements on both concrete and earthen flood control structures and navigation structures. (7) The collection of data and processing the data into digital terrain models using the Inroads software, and Microstation to produce drawings and data files that comply with the current AEC CADD Standards. (8) GPS surveys, that require 4 3-man field parties equipped with 3 dual frequency GPS receivers each that are capable of collecting static or RTK data. (9) Adequate post processing support for the GPS crews, to post process static data, and perform constrained least squares adjustments. SF330, Part I, Section H shall include a matrix for items (1) thru (9) which correlates each item with example projects listed in Section F. Section H shall be limited to no more than 15 pages. C. CAPACITY TO ACCOMPLISH THE WORK: (1) Show capacity of firm to furnish equipment and personnel to maintain five detailed topographic or boundary crews, including the capacity to field 5 3-man survey parties. Each Survey party shall have available the following equipment, as needed. A 4 wheel drive truck, 4 wheeled minimum ATV, 16 foot minimum boat, 10 foot boat for working in small remote water bodies, Total Station, Digital Level, electronic field book, as necessary for the specific job assignment. Section H shall be limited to no more than 20 pages. D. PAST PERFORMANCE: Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. E. GEOGRAPHIC LOCATION: Geographic location with respect to Little Rock District, and Southwest Division. SUBMISSION REQUIREMENTS: Interested Architect-Engineer Firms having the capabilities to perform this work are invited to submit five (5) completed paper copy of their SF 330 (Architect-Engineer Qualifications), to U.S. Army Corps of Engineers, Little Rock District, CESWL-CT, ATTN: Ms. Vonda S. Reeves, P. O. Box 867, Little Rock, Arkansas 72203-0867. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a3986298525 69a4006ed7cc?OpenView&Start=30. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 or larger. Pages shall be 8-1/2 inches by 11 inches. Part I of the SF 330 form is limited to 60 pages. Blank sheets/Tabs separating the sections within the SF 330 will not count in the aforementioned page-count maximum for Part I. The organization chart required in section D and the matrix required as section G, Part I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used, it shall be neatly folded to 8-1/2 inches by 11 inches, bound into the SF330 at the proper location, and counted as one page. A maximum of ten (10) projects including the prime and consultants will be reviewed in Part I, Section F. Use no more than one page per project. When listing projects in Part I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. It shall be noted that a task order executed under an Indefinite Delivery Contract is considered a Project. In Block G-26, along with the name, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later that 3:00 P.M. central time on 16 July 2010. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Pre-Selection/Selection Board) is tentatively scheduled to commence on 26 July 2010. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. This is not a request for proposal. Solicitation packages are not provided. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Vonda S. Reeves at: vonda.s.reeves@usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/. Contracting Office Address & Point of Contact: USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201 - vonda.s.reeves@usace.army.mil Technical Office Address & Point of Contact USACE Little Rock District, 700 West Capitol, Little Rock, AR 72201 - Steve.C.Corley@usace.army.mil Place of Performance: USACE Little Rock District, 700 West Capitol, Little Rock AR 72201 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-10-R-6009/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02179485-W 20100618/100616235220-ee1136b685eb815d5e4e06cfa5973e37 (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.