SOLICITATION NOTICE
C -- IDIQ Architect-Engineer Services for Professional Geographic Information System (GIS) Services for Activities at Various Locations, Primarily in the Pacific and Indian Ocean Areas
- Notice Date
- 11/7/2012
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274213R0200
- Response Due
- 12/7/2012
- Archive Date
- 12/22/2012
- Point of Contact
- Annette Tijerina 541370
- Small Business Set-Aside
- Total Small Business
- Description
- A-E services are required for an IDIQ Contract providing services which include, but are not limited to, professional Geographic Information System (GIS) services and applications. Tasks performed under this contract include, but are not limited to, collection of data through remote sensing techniques (e.g. satellite imagery, LIDAR) and digital orthophotography, high resolution oblique imagery acquisition, creation of vector data through feature extraction, research of records and field data collection (e.g. use of conventional surveying techniques, Global Positioning Systems, ground penetrating radar, etc), update and maintain Geographical Information Systems (GIS) data, research and population of metadata, 3D georeferenced model creation, training of personnel, documentation of GIS data as well as preparation of user guides and manuals on using the GIS software deliverables, writing of technical reports pertaining to GIS systems development and needs assessments (business plans), database design and development, data modeling, database administration, on-site support, development and/or implementation of geographic information system applications for various systems and uses, base map to GIS interface customization, floor plan preparation to support space planning and space management efforts, incorporation of digital aerial images/aerial mapping into the GIS, the ability to provide photogrammetric mapping services, development of GIS web-based technology and the electronic integration of graphic, narrative, pictorial, and tabular data. These technical services for the application of GIS may be requested by the Department of the Navy, Naval Facilities Engineering Command, Pacific (NAVFAC Pacific) for projects and activities at various locations primarily in the Pacific and Indian Ocean Area. The Contractor may also, on occasion, be tasked to provide the services described herein to any DoD or other Federal agency activities outside the NAVFAC Pacific AOR. These projects will be assigned on a case-by-case basis as approved by the Contracting Officer. The project execution breakdown expected is 40% NAVFAC Hawaii AOR (Oahu and Kauai), 25% NAVFAC Marianas AOR (Territory of the Northern Marianas including Guam, Tinian and Saipan), 15% NAVFAC Far East AOR (Diego Garcia, Korea, Japan and Singapore) and 20% other. The Contractor/subcontractor shall be able to conduct training in English as well as the local language (Japanese and Korean). The Contractor/subcontractor shall be able to provide technical documentation in English as well as the local language (Japanese and Korean). Prime and/or sub-contracted firms must be licensed to do work in the NAVFAC Pacific Area of Region (AOR). GIS features and systems development may include, but are not limited to, utilities (potable water, wastewater, storm water, electricity, steam, natural gas, fuel, telephone, fiber optic, compressed air, etc.), recreation, waterfront & pier, communication, natural resources, geology and landform (i.e. contours), hydrography, forestry, cultural, cadastre, transportation (roads, airfield, etc.), structures, environmental hazards (hazardous waste, air emissions, installation restoration, noise contours, etc.), military operations (training, security, air, etc.), land use/planning, and real estate. In addition to services described above, work during the life of the contract may also include conversion of spatial and tabular data into specified file formats. GIS Software deliverable formats, which can be required, include, but are not limited to GeoDatabase, AutoCAD, Oracle, Access, and dBase. The Contractor should have knowledge of Navy Marine Corps Internet (NMCI) standards and requirements as well as how geospatial information is utilized in both the viewing (GeoReadiness Explorer aka GRX) and editing (Maintenance & Analysis aka M&A) environments. Additionally, Contractor should have a thorough understanding of the integration of GIS with other Navy enterprise systems including but not limited to the internet Navy Facility Asset Data Store (iNFADS), CIRCUITS and Maximo 7.0. Evaluation and selection of the most highly qualified firm will be based on the selection criteria stated herein. The A-E must demonstrate its and each key consultant s qualifications with respect to the published selection criteria for all services. The following selection criteria 1 thru 7 are listed below in descending order of importance: (1)Specialized Recent Experience (within the past 3 years) and Technical Competence of firm or particular staff members proposed: A-E firms will be evaluated on specialized experience and technical competence in GIS feature and system development for federal facilities, utilizing databases, AutoCAD, ArcGIS, and GPS data survey for facilities, infrastructure and environment (including subcontractors). SUBMISSION REQUIREMENTS: SF330, Part 1, Section F. The A-E should provide a maximum of eight (8) completed projects. If more than eight projects are provided, only the first eight (8) will be considered. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. For submittal purposes, each task order on an IDIQ contract is considered a project. Do not list an IDIQ contract as an example of a completed project; instead, list the relevant completed task orders. If a project does not provide requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably. If a subcontractor will be used to acquire imagery using remote sensing, contractor must also identify a firm with photogrammetric capabilities for obtaining, registering, rectifying, and mosaicing aerial photography and satellite imagery and use of LIDAR. Note: If the A-E firm is a joint venture, information should be submitted for projects performed by the joint venture; however, if there are no recent relevant projects performed by the joint venture, submit projects performed by the individual partner entities of the joint venture. Projects located throughout the Pacific AOR may be evaluated more favorably. Additionally, the prime or lead A-E firm may be evaluated more favorably than that of the subcontractors. If the prime contractor was a subcontractor on the project, the contractor will identify the specific types of work accomplished. Projects of the following types shall be listed: 1.Digital aerial photo collection including post processing, change detection and planemetric extraction/revision of GIS data. This may also include the processing of oblique photos. 2.Digital LiDAR collection including post processing and contour line, Digital Terrain Model, or Digital Elevation Model creation/revision. 3.Utility GIS development including digitization of hard copies, integration of electronic formats, and performing above and below ground surveys. Projects which involve multiple utilities will be evaluated more favorably. 4.Environmental (Compliance or natural/cultural resources) GIS development including digitization of hard copies, integration of electronic formats, and performing ground surveys. 5.Cadastral/survey grade GIS development including collection of hard copies, validation of existing information and creation of parcel/boundary data. This may include survey monumentation reports and installation. 6.GIS geospatial and tabular data creation, manipulation and conversion between formats (JGC2000 to WGS84, SDSFIE 2.6 to SDSFIE 3.0 for example). 7.Space level GIS data collection and development including field collection of attribute data and potentially 3D model creation. 8.Project in which there is a documentation/report writing component or training component. (2)Professional Qualifications (e.g. education, experience, professional registrations) of Key Personnel assigned to this contract for the type of work addressed in Selection Criterion 1: A-E firms will be evaluated in terms of the related qualifications and experience of the key personnel proposed to accomplish this work. Professional qualifications of key personnel proposed in the development and implementation of Geographic Information System (GIS) applications for various feature systems; GIS database and systems development; knowledge of Navy regulations and standards; Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE); Federal Geographic Data Committee (FGDC) Metadata standards; ESRI certified trainers; and GIS related certifications (ESRI Technical Certification, GISP, ASPRS), Knowledge Management (KM) certifications and professional registration of the surveying staff including certified photogrammatrists. Senior leadership includes but is not limited to the president, vice-president, chief executive officer and chief financial officer. Key personnel are individuals who will have major contractor or project management responsibilities and/or will provide specific expertise. Individuals identified as key personnel will be dedicated staff, i.e., their primary responsibility being the support of this contract. In addition to senior leadership, key personnel that are expected to have direct control of project execution for this contract should be listed including (2) two project managers, (1) one GIS specialist, (1) one licensed photogrammatrist, and (1) one quality control specialist. Failure to provide qualified key personnel in each of these positions described above will be evaluated less favorably. The professional qualifications and past performance of the prime or lead contractor s key personnel will be evaluated more favorably than those of a subcontractor(s) s key personnel. SUBMISSION REQUIREMENTS: SF330, Part 1, Section E. Provide the following: (a) list of names of each proposed key personnel to be assigned to this contract. Identify and describe their professional registration or qualifications, role expected to play in this contract, and roles they performed in similar projects similar to those listed in Selection Criterion 1; and (b) resumes for key personnel are limited to two (2) pages each and shall include project specific info that clearly set forth the role and experience the individual had in performing the contract. Any pages over this limit will not be considered. A maximum of eight (8) resumes will be considered. Should the A-E firm submit more resumes than required, only the first eight (8) resumes will be considered. In a consolidated organization chart, identify each of the personnel in the firm s hierarchy designating the link between prime and subcontractor personnel as required. (3) Past Performance: A-E firms will be evaluated on the geospatial projects documented in selection criterion (1) above with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules shall be provided. Past performance information not related to the projects described to meet selection criterion (1) will not be considered. The A-E shall provide ACASS performance documentation or similar for each project. If no hard copy documentation can be provided, the A-E shall provide name and contact information for the customer project manager or representative at that agency most closely connected to the project in order to obtain customer feedback. In evaluating past performance, the Government may consider information in the A-E s SF-330 and information gathered from other sources including former customers, Government agencies, federal databases and other references. The info provided by the A-E may provide the major portion of the information used in the Government's evaluation for past performance. The Government, however, is not restricted to the information provided by the Offeror and may use other sources to assess past performance info such as the Past Performance Info Retrieval System (PPIRS), A-E Contract Administration Support System (ACASS), and inquiries with previous customers/owners. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. If an A-E is utilizing past performance information of affiliates/subsidiaries/parent /LLC/LTD member companies, the proposal shall clearly demonstrate that the affiliate/subsidiary/parent/LLC/LTD member companies will have meaningful involvement in the performance of the contract in order for the past performance info of the affiliate/subsidiary/parent/LLC/LTD member companies to be considered. The proposal shall state specific commitments of technical resources (e.g. personnel, equipment) that the affiliate/subsidiary/parent/LLC/LTD member companies will commit to the performance of this contract. In particular, the proposal will clearly state the specific commitments of resources of the affiliate/subsidiary/parent/LLC/LTD member that will perform the contract requirements. The SF-330 shall also describe specific roles of the affiliate/subsidiary/parent/LLC/LTD member companies in terms of the work it will either self-perform or manage on behalf of the A-E for future task orders in performance of the contract. (c) A subcontractor's or subconsultant's past performance will not be given the same level of consideration as either the prime contractor or the joint venture partner because there is no direct legal relationship between the Government and the subcontractor/subconsultant. The Government will consider the past performance and experience of a subcontractor/subconsultant where the prime contractor provides, in its SF-330, evidence of a binding teaming agreement or other contractual agreement which creates legal responsibility on the part of the prime contractor and the subcontractor/subconsultant to enter into a subcontract. However, the level of consideration will depend on the extent to which the proposal demonstrates the prime contractor's commitment to award a subcontract to the subcontractor/subconsultant and subcontractor's/subconsultant's commitment to enter into a subcontract with the prime contractor, including legal accountability for both parties. (d) Prime contractor-subcontractor/subconsultant teams/Joint Ventures/LLCs/LTDs with a demonstrated history of working successfully together on prior projects may be considered more favorably than those without such history. (4) Quality Control Program: A-E firms will be evaluated on the demonstrated success of the Quality Control (QC) program used to ensure technical accuracy and coordination of all deliverables, plans and documents. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H (this criterion shall be addressed by prime only in lieu of by individual subconsultants). Address QC program and success of that program; describe how the A-E firm ensures consistent quality including subcontractor performance. Describe internal quality assurance procedures. Demonstrate how the QC program will be implemented to the benefit of the government. Address the team s QC processes for checking documents for errors, omissions and quality and incorporating and tracking review comments.A-Es quality control program procedures including a plan for customer service and communication plan including but not limited to timelines, ability for government personnel to contact contractor staff, points of contact for scope clarification and issue resolution. Description should be sufficiently specific, detailed and complete to clearly and fully demonstrate that the prospective contractor has a thorough understanding of the requirements for, and technical problems inherent in, the achievement of the potential work to be accomplished. Provide a list of personnel that will perform and be responsible for the QC program. If you propose the use of subcontractors, include a management plan containing information regarding experience managing subcontracts and methodology you will use to ensure subcontractor performance. Additionally, contractor shall address how they will QA/QC deliverables which are provided to the government in different languages. (5) Capacity to accomplish the work in the required time. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H (this criterion shall be addressed by prime only in lieu of by individual subconsultants). Describe the proposed team s ability to complete several large and small task orders concurrently requiring quick turnaround. Information as to the present workload, including the numbers and types of personnel currently employed on a permanent basis and available during peak load periods on a temporary basis (including key personnel). Management and organizational structure shall be provided including job classification and code (including subcontractors) down to the third tier of key personnel. Indicate how your organization functions in absence of key personnel. (6) A-E Firm s Location A-E firms will be evaluated on the locations of the office or offices from which the A-E firm will perform the work under this contract. Location in the general geographical area of the NAVFAC Pacific AOR and knowledge of the locality of the project to operate effectively under state, city county, territorial and host nation laws and regulations. Offices within a short commuting distance of NAVFAC Hawaii in Honolulu, NAVFAC Marianas in Guam and NAVFAC Far East in Yokosuka, Japan may be evaluated more favorably. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H (this criterion shall apply to the prime only). Indicate A-E firm s location, including main offices, and branch offices and demonstrate how this will be advantageous to the government. Address ability of the firm to ensure timely response to requests for on site support. (7) Volume of work: A-E firms will be evaluated in terms of work previously awarded to the A-E firm by DoD within the past 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E services providers that have not had prior DoD contracts. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Indicate the number of DoD contracts or task orders and the respective award amounts for each performed by the A-E firm within the past 12 months. If the firm performed work as a subcontractor, indicate the contract and/or task order of the prime contractor and the estimated amount completed as the subcontractor. A-E firms with multiple offices shall indicate which branch office completed each project. This procurement is a 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) Code is 541370. The small business size standard is $14.0 million average annual receipts over the past three years. The resultant contract will be an IDIQ contract. Work under this IDIQ contract will be issued by firm-fixed price task orders. The contract term will be a base year and four one-year option years (if exercised). The total amount that may be paid under this contract (including option years) will not exceed $10,000,000. The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the Government subject to the workload and/or satisfactory performance by the A-E under the contract. There will be no synopsis in the event the options included in the contract are exercised. The minimum guarantee for the entire contract term (including option years) is $10,000. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Estimated date of contract award is June 2013. The government will put more importance on criteria performed in whole or in part by the prime contractor vice a subcontractor. Submittals that do not include responses addressing ALL elements of the criteria stated above must include an explanation why that element is not addressed. Include a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria on the SF 330, Part 1, Section H. Verbal queries will not be entertained. A-E firms are advised that registration in the General Services Administration (GSA) System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render the A-E ineligible for award. For more information, check the SAM Website: http://www.sam.gov. For technical SAM help, contact the SAM help desk at www.fsd.gov. SUBMISSION REQUIREMENTS: The SF 330 shall be typed and one-sided (8.5 x 11 inches) pages. Please include your DUNS, CAGE, and TIN numbers in Section H, Block 30 of the SF-330. This announcement requires all interested firms to have an email address. Notifications will be via email, therefore, please include an email address on the SF 330, Part I, Section B8. In accordance with the Brooks Act, the A-E firm must be a registered /licensed architect and/or engineering firm to be eligible for award of this contract and must submit proof (i.e. State registration number, a brief explanation of the A-E firm s licensing in states that do not register firms, etc.) with the SF 330. Failure to submit the required proof may result in an A-E s elimination from consideration. Interested firms must allow sufficient time for receipt of submission. Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, A-E Qualifications to the office shown below. SF330, Part I sections should be included with the submittal. SF330, Part II, shall be submitted for each firm that will be part of the team proposed and identified in Part I. An original and two (2) hard copies and one (1) electronic copy of the SF330 are required. Firms responding to this announcement by 7 December 2012, 2:00 p.m. Hawaii Standard Time (HST) will be considered. This is not a request for a proposal. (1) If sent via U. S. Postal Mail: Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch (ACQ31:AT) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) If hand-carried/Private Courier: Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch (ACQ31:AT) 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274213R0200/listing.html)
- Record
- SN02926008-W 20121109/121107234958-f198bb0f96a793b42f69443fcbbfb380 (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 |