SOLICITATION NOTICE
C -- ID/IQ CONTRACT FOR A&E SURVEYING, MAPPING AND RELATED SERVICES WITHIN THE NEW ORLEANS DISTRICT'S AREA OF RESPONSIBILITY AND LOWER MISSISSIPPI VALLEY REGION
- Notice Date
- 8/1/2013
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P813R0028
- Response Due
- 8/30/2013
- Archive Date
- 9/30/2013
- Point of Contact
- Elaine Gray-Frasure, 504-862-1395
- E-Mail Address
-
USACE District, New Orleans
(elaine.s.gray-frasure@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- 1. CONTRACT INFORMATION: No additional information shall be provided and no solicitation will be issued. Interested firms shall respond by submitting a SF 330, listing their qualifications in accordance with the instructions below. This is not a Request for Proposal. The resulting contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required services. North American Industrial Classification System Code is 541370, which has a size standard of $14,000,000 in average annual receipts. This announcement is set-aside for 8a Small Business firms. The resulting contract will be a Firm Fixed- Price Indefinite Delivery/Indefinite Quantity type contract. One (1) contract award shall be made, consisting of a 12 month base period, plus four option periods, 12 month each. The minimum guaranteed amount for base plus all option periods is the profit that would be made on a $10,000.00 Task Order. The contract ceiling amount is $3,000,000.00 or 5 years in duration, whichever comes first. Work will be issued by negotiated firm fixed- price or labor-hour task orders not to exceed the contract ceiling amount. Responding firms must address each A-E Selection Criteria and clearly indicate which shall be subcontracted, and provide a separate SF330 for each subcontractor as necessary. To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. The primary purpose of the proposed contract is to provide A-E surveying services for projects located within the geographic boundaries of the New Orleans District; however, work may be located in areas assigned to other US Army Corps of Engineers Districts. 2. PROJECT INFORMATION: A-E surveying services are to be accomplished through Task Orders, which shall consist of the following tasks: a. FIELD TASKS: A-E services shall include -Topographic, planimetric, cadastral and control surveys including GPS vertical surveys, setting staff gages, automated hydrographic surveys including, overbank surveys and control surveys in rivers, bays, lakes, the Gulf of Mexico, navigation channels, along levees and other areas primarily within the New Orleans District, and to a lesser extent within the lower Mississippi River Valley Division (Vicksburg and Memphis Districts). Firms shall provide sufficient surveying vehicles and equipment and sufficient technical supervisory and administrative personnel to ensure expeditious completion of all task order assignments. b. OFFICE TASKS: A-E services shall include - processing, analyzing, computing and compiling the above types of surveys, creating digital elevation models, topographic maps, and other GIS/CAD products from collected data, researching titles and preparing abstracts for servitudes, rights-of-way, etc., graphically depicting the survey data and certifying the resulting hard copy as a validity check. Data deliverables shall be required to comply with USACE Hydrographic, Topographic, and GPS Engineer Manuals and the USACE New Orleans District Guide for Minimum Survey Standards. The contractor shall be able to furnish all task order products and survey data via a secure File Transfer Protocol (FTP) (or equivalent) Server. 3. SELECTION CRITERIA: To be considered for selection, firms shall demonstrate experience in the services stated in paragraph 2 of this announcement including hydrographic surveys with DGPS equipment and topographic surveys, total station and data collector, State of Louisiana VRS, and RTK GPS systems; have available at least one professional registered land surveyor and one abstractor; have at least three 3-person conventional survey parties; one 2-person hydrographic survey party, and one 4-person Global Positioning System (GPS) party capable of performing various types of GPS Surveys. The selection criteria are listed in descending order of importance below. Criteria a. through e. are primary. Criteria f. is secondary and will only be used as a quote mark tie-breaker quote mark among firms that are essentially technically equal. PRIMARY CRITERIA: a. Specialized Experience and Technical Competence: SF 330 Submittal must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five years in the types of services specifically indicated in paragraph 2. quote mark PROJECT INFORMATION quote mark, to include automated single transducer hydrographic surveying, multibeam hydrographic surveying, hydrologic gaging surveying, conventional surveying, and GPS Surveying, both static and RTK. b. Professional Qualifications: SF 330 Submittal must identify the qualifications of personnel in the following representative disciplines: (a) Registered Land Surveyors, to include State of Louisiana licensing, (b) GIS Professionals (c) Cartographers, (d) Civil Engineers (e) Engineering, surveying, CAD, GIS and photogrammetric technicians Demonstrate professional qualifications necessary for satisfactory performance of required services. The evaluation will consider the education, training, licensing, certification, overall and relevant experience, and longevity with the firm. c. Knowledge of Locality: SF 330 Submittal must demonstrate familiarity with the New Orleans District's area of operations. d. Capacity: SF 330 Submittal must demonstrate the capability to perform at least two task orders simultaneously within prescribed schedules. The prime must be capable of performing more than 50% of the assigned task order work during any fiscal year throughout the contract. The evaluation will consider the joint experience of the firm, and any joint venture partners or consultants, in similar projects and the availability of an adequate number of personnel in key disciplines to complete the task orders within normal schedules. The evaluation will consider the key persons identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II. e. Past Performance: Past performance of the A-E, joint venture partners, and key subcontractors on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from CPARS, PPIRS and other sources. SECONDARY CRITERIA: f. Geographic Proximity: The location of the firm or firms, and its survey crews' stationing, with primary responsibility for the contract with respect to time and distance to the New Orleans District headquarters. 4. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit five printed copies and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below: NO LATER THAN 11:00am, Central Time on the closing date of this announcement. The five primary selection criteria and one secondary criteria listed in paragraph 3 above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Include the firm's ACASS and DUNS number in SF 330, Block 3b. For ACASS information, see Internet site HTTP://WWW.HQ.USACE.ARMY.MIL/cemp/e/es/acassweb, or call (503) 808-4590. The selection factors listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. The SF 330 Part I shall not exceed 100 pages (8.5 x 11 inch sheets), including no more than 50 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than point size 11. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP. Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineers, New Orleans District, Attn: Elaine Gray-Frasure, Room 172, 7400 Leake Avenue, New Orleans, LA 70118-1030. Refer to Announcement No. W912P8-13-R-0028. 5. POINTS OF CONTACT: (All inquires must be sent by email.) a. Primary Point of Contact: Elaine Gray-Frasure (Contract Specialist) Email: elaine.s.gray-frasure@usace.army.mil b. Secondary Point of Contact (if primary is not available): Sheila Enclade (Contracting Officer) Email: sheila.w.enclade@usace.army.mil END OF ANNOUNCEMENT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P813R0028/listing.html)
- Place of Performance
- Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Zip Code: 70160-0267
- Record
- SN03135125-W 20130803/130802000423-aad6655af028c06677ebfea04d1e78b8 (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 |