SOLICITATION NOTICE
C -- Inventory Collection of Global Positioning System (GPS) Control Points - (Draft)
- Notice Date
- 12/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Department of Commerce, U. S. Census Bureau, Suitland, Acquisition Division, Room 3J438, Washington, District of Columbia, 20233
- ZIP Code
- 20233
- Solicitation Number
- CENSUS2013-DEC13-003
- Archive Date
- 1/29/2013
- Point of Contact
- Yolanda J Mitchell, Phone: 301-763-0360, Lizannette L. Velez, Phone: 301-763-1824
- E-Mail Address
-
yolanda.j.mitchell@census.gov, lizannette.velez@census.gov
(yolanda.j.mitchell@census.gov, lizannette.velez@census.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 - Submission Instructions Performance Work Statement - Attachment 1 FEDBIZOPS POSTING: SYNOPSIS / SOLICITATION- CENSUS2013-DEC13-003 INVENTORY COLLECTION OF GLOBAL POSITIONING SYSTEM (GPS) CONTROL POINTS Services requested under this solicitation are considered Architecture & Engineering (A&E) services and will be procured in accordance with the Brooks Act (PL 92-582) and Federal Acquisition Regulations (FAR) Part 36.6. This procurement has been set aside for small businesses. The small business size standard is based on the annual average receipts or the average employment of a firm. The NAICS is 541360 with a standard size of $14 million dollars. The U.S. Census Bureau anticipates awarding an indefinite delivery / indefinite quantity (ID/IQ) contract to a qualified A&E firm or team to provide surveying services in support of the Census Bureau's Inventory Collection of Global Positioning Control Points project. The anticipated contract will be for a one-year base period from the date of contract award with four (4) one-year option periods that can be exercised at the discretion of the Government. Task orders issued under the IDIQ will be firm fixed-priced, with a minimum guarantee order of $150,000.00 to be issued during the base period. The contract has a not-to-exceed value of $9,500,000.00 over the contract lifecycle. In order to be eligible to perform under this contract, the selected A&E firm must possess experience and competencies necessary to successfully satisfy all requirements defined in the attached Performance Work Statement (PWS) (attachment 1); be capable of responding to and working on multiple task orders concurrently; and have, either in-house or through consultants, licensed/registered professionals that are experienced in the field of Surveying. The IDIQ contract will require surveying services to be performed simultaneously in the contiguous 48 states, the District of Columbia, Hawaii, Puerto Rico, and the US Virgin Islands and in the populated, but not in the remote, areas of Alaska. Firms which meet the requirements of this solicitation are invited to submit an SF-330 package in response to this announcement, in accordance with the instructions described in Attachment 2, Submission Instructions. Firms/teams responding to this announcement on or before the closing date will be considered for selection following procedures set forth in FAR Part 36.6. Potential firms will be evaluated in terms of the following criteria: (1) Specialized experience and technical competence in performing services consistent in scope and complexity with the requirements set forth in the PWS, including: - Similarity of proposed experience to the requirements of this solicitation; - Comprehensiveness of previous experience in projects similar to the Census Bureau's GEO GPS Point Collection initiative, as described in the PWS; and - Experience managing projects similar in scope as the GEO GPS Point collection initiative. (2) Capacity and capabilities to accomplish the required work, within the required time and the required geographical locations, including: - Ability to complete multiple and simultaneous order requests for inventory collection of GPS control points, which may be geographically dispersed through the contiguous 48 states, the District of Columbia, Hawaii, Puerto Rico, and the U.S. Virgin Islands in the most cost effective manner - Feasibility, innovativeness and appropriateness of the proposed Field collection methodology/techniques and equipment to be employed to collect accurate GPS coordinates at road intersections to satisfy the task requirements established in the attached PWS. - Comprehensiveness and feasibility of the proposed contract management plan for the successful completion of the GPS point collection project, and to ensure highly accurate data is collected. (3) Professional qualifications necessary for satisfactory performance of required services. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The Government reserves the right to use any information available, irrespective of the source, in the evaluation of this technical area; and (5) Personnel professional qualifications to effectively perform all project requirements as defined in the PWS. Areas to be evaluated for Key Personnel include: - Years of experience in managing projects similar in scope and complexity as the one defined in the PWS. - Appropriateness of the skill sets of each proposed key personnel to successfully perform in this contract. - Relevancy of the proposed personnel experiences to the requirements for this project. Areas to be evaluated for Field Technical Staff: - Appropriateness of the proposed skill sets to successfully perform field technical activities in support of the project. Criteria (1) and (2) above are the two most important criteria, and are of equal importance. Criteria (3), (4), and (5) are all equal in importance but less important than criteria (1) and (2) individually and combined. Final selection and award will be made in accordance with FAR Part 36.6. The Government anticipates issuing the resultant award on or about March 12, 2013. The Government is not obligated to enter into a contract on this date. Once a determination has been made that it is in the best interest of the Government to make an award, an IDIQ contract would be issued to the selected firm. Interested firms should submit all questions concerning this solicitation, in writing via email, no later than 2:00P.M. (EST), on Tuesday, December 18, 2012 to the following: - Lizannette Velez, Contracting Officer - Lizannette.velez@census.gov - Yolanda J. Mitchell, Contract Specialist - Yolanda.J.Mitchell@census.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/CB/13040001/CENSUS2013-DEC13-003/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02949778-W 20121216/121214234837-88cec4826ea7cfdfd563a2e01a9d90ff (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 |