Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2012 FBO #3969
SOLICITATION NOTICE

C -- Indefinite Delivery Type (IDT) Contract For Automated Hydrographic Surveying For Gage And Discharge Measurements And In Support Of The Maintenance Dredging Program Within The Geographic Boundaries Of The Mississippi Valley Division.

Notice Date
10/4/2012
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-O-0001
 
Response Due
11/5/2012
 
Archive Date
1/4/2013
 
Point of Contact
Dustin Cannada, 6016317546
 
E-Mail Address
USACE District, Vicksburg
(dustin.g.cannada@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
US Army Corps of Engineers, Vicksburg District, 4155 East Clay St.,Vicksburg, MS 39183-3435 CONTRACT INFORMATION: PROPOSED INDEFINITE DELIVERY TYPE (IDT) CONTRACT FOR AUTOMATED HYDROGRAPHIC SURVEYING FOR GAGE AND DISCHARGE MEASUREMENTS AND IN SUPPORT OF THE MAINTENANCE DREDGING PROGRAM WITHIN THE GEOGRAPHIC BOUNDARIES OF THE MISSISSIPPI VALLEY DIVISION (POC - Michelle Moore (601) 631-5139) 1. CONTRACT INFORMATION: One indefinite delivery contract may be negotiated and awarded as a result of this announcement. Work will be accomplished under Indefinite Delivery Contracts over a three (3) year period. The contract period will be 1,095 days from the date of contract award or exhaustion of the contract value of $5,000,000. The cumulative total of Task Orders issued over the life of the contract shall not exceed $5,000,000.00. The work will be accomplished primarily within the Vicksburg District, but may be within the Mississippi Valley Division (MVD) and other areas as needed to support the mission of the US Army Corps of Engineers. This announcement is a total Small Business set-aside, which includes Small Disadvantaged Businesses, Section 8(a) Firms, HUBZone Small Businesses, Women-owned Small Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, and Historically Black Colleges or Universities/Minority Institutions. The small business size standard for surveying and mapping services is 14.0 million, NAICS code 541370. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. 2. PROJECT INFORMATION: The work consists of providing professional services as required in connection with Automated Hydrographic Surveying and Automated Topographic Surveying in support of the Vicksburg District Maintenance Dredging and Mat Sinking Operations at various locations primarily within the limits of the Vicksburg District but may include any district within MVD. Automated Real-Time Kinematic (RTK) Differential GPS Hydrographic Surveys and Automated Topographic Surveys will be required on the Mississippi River, its tributaries, and smaller rivers and streams and associated harbors. ADCP Surveys for the acquisition of river current and discharge data may be required for acquisition of current and flow patterns at locks and dams, around dikes, bridge piers or obstructions in channels. The work consists of taking a defined number of discharge measurements on a routine basis along the Mississippi, Red, and Ouachita Rivers. The measurements will be taken with the use of an Acoustic Doppler Current Profiler (ADCP) and a single beam depth sounder. The data collected will be imported into personal computer software specifically designed to calculate flow measurements. The software (program code) currently in use in the Vicksburg District will be made available during advertisement. The work will also require collecting daily water stage data at approximately 50 gauging sites throughout the Vicksburg District and reporting information daily and monthly to the Vicksburg District. Additional work will consist of maintenance of permanent reference elevation markers at each gauging site and infrequent collection of sediment samples at specific discharge ranges. Extreme flow conditions may require a combination of the ADCP, a single beam depth sounder, and differential GPS. The contractor may be required to take special purpose flow pattern and discharge measurements at lock and dam locations. The contractor may be required to verify his system by comparison with conventional discharge methods. All measurements will be in English units. Work will be accomplished under an indefinite delivery contract not to exceed $5,000,000. 3. SELECTION CRITERIA: Selection will be based on the following criteria, which are in descending order of importance with A and B being of equal value. Criteria A through F are primary; criteria G is secondary and will only be used as a "tie-breaker," if necessary. A. Specialized experience with sub-factors in descending order of importance: (1) Firm must have prior recent experience in Automated Hydrographic Surveying in streams ranging in size from the Mississippi River to small creeks, oxbows, and canals. (2) Firm must have prior recent experience in topographic, construction, and maintenance dredging surveys. Firm should demonstrate the capability to provide all services in a timely, professional manner and in a format consistent with Corps of Engineers CADD/GIS systems by submission of examples of completed work. (3) Firm must have prior recent experience in horizontal and vertical control surveys. (4) Firm must have experience in ADCP hydrographic surveying with data collection integrating a single beam depth sounder and differential GPS positioning. (5) Firm must have experience in collecting discharge measurements by conventional methods. B. Capacity with sub-factors in descending order of importance: (1) Firm must clearly demonstrate the ability to respond to emergency dredge alignment survey requirements which may require commencement of field work on less than 8 hours notice, onboard and/or real-time plot of unedited data, analysis of plotted/graphed/printed data, setting of dredge alignment points with determination of coordinates, and may require submittal of final plotted survey within 24 hours of completion of field work. Firm must clearly indicate the capability in writing or through demonstration, if required, to respond on short notice to emergency dredging requirements. This includes travel to the job site, completion of field-work, field plotting of information, and setting of survey control points for dredge alignment as directed. (2) Firm must clearly demonstrate the accuracy and speed of data collection, editing, processing, plotting, and output of final submission. (3) Firm must clearly demonstrate the availability of all incidentally required equipment such as tools, markers, stakes, paint, boats, vehicles, spare units, etc. (4) Firm must clearly demonstrate the capability to furnish a minimum of two complete and independent automated hydrographic survey parties as well as a two man ADCP hydrographic survey party with all necessary equipment and supplies, including boat. C. Professional Qualifications with sub-factors in descending order of importance: (1) Firm must have at least one professionally registered land surveyor in Arkansas, Mississippi and Louisiana. (2) Firm must delineate the capability, background, and experience of the key personnel within the firm who will be responsible for the administration of the contract and should indicate the ability to insure the successful performance of the work required. (3) Firm must clearly demonstrate the availability of adequate numbers of experienced personnel to perform the various tasks associated with automated hydrographic surveys, automated topographic surveys, ADCP data collection and with dredge alignment surveys. D. Knowledge of the Locality. Consideration will be given to familiarity with the waterways of the Vicksburg District. E. Past Performance with sub-factors in descending order of importance: (1) Consideration will be given to ratings on previous DOD contracts. (2) Consideration will be given to the performance of firms that have experience with other DOD organizations in the type of work required under this contract and work of similar nature, complexity, and difficulty. F. Geographic proximity to Vicksburg Mississippi. G. DOD contract awards in the past 12 months; the greater the award the lesser the consideration. 4. SUBMISSION REQUIREMENTS: Interested firms must send one paper copy and one electronic copy (in pdf format) of SF 330 for the prime and consultants to U.S. Army Engineer District, Vicksburg, ATTN: Technical Services (CEMVK-EC-TE), 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Block E - Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages. Block H-Additional information will be limited to a maximum of 20 pages. Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Mrs. Michelle Moore, (601) 631-5139. APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT. Include ACASS numbers in Block 9 for all firms listed in the SF 330. Call the ACASS Center at (207) 438-1690 to obtain a number. This is not a RFP. A fee proposal will be requested at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-O-0001/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02908453-W 20121006/121004235109-80d4ee8aa33a51adfafd192371f79420 (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.