SOLICITATION NOTICE
C -- Unrestricted Indefinite-Delivery Indefinite-Quantity (IDIQ) Architect-Engineer Contract for Surveying, Mapping and Geographic Information Systems (GIS) in Support of the South Pacific Division (SPD) - PPQ
- Notice Date
- 4/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-16-R-0004
- Archive Date
- 6/10/2016
- Point of Contact
- Melissa A. DeNigris, Phone: 9165575137, Carolyn E Mallory, Phone: 916-557-5203
- E-Mail Address
-
Melissa.A.DeNigris@usace.army.mil, Carolyn.E.Mallory@usace.army.mil
(Melissa.A.DeNigris@usace.army.mil, Carolyn.E.Mallory@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- USACE Past Performance Questionnaire 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. One (1) Unrestricted firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required to provide Surveying, Mapping and GIS services for the Sacramento District. The types of surveys that may be ordered include, but are not limited to, automated hydrographic, conventional hydrographic, overbank, topographic, contour, planimetric, boundary, cadastral, data collection, LiDAR, easement and right-of-way location, ALTA/ACSM, construction layout, formwork verification, control surveys which may include GPS vertical surveys which conform to the National Geodetic Survey (NGS) specifications for blue-booking within the Sacramento district. A specific scope of work and services will be issued with each task order. This procurement will be conducted under FSC Code: C219; SIC Code: 8711; NAICS Code: 541370. The size standard for this code is $15,000,000.00. One (1) Unrestricted contract will be negotiated and will be awarded within one year after the required response date to this announcement. A Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract will be negotiated. The contract will be for a period of performance of up to five (5) years, consisting of a base contract period of three (3) years and an option to extend the contract term by an additional two (2) years. This Single Award Task Order Contract (SATOC) will have a combined capacity of $9,800,000.00. The full $9,800,000.00 will be available for the base year and any remaining funds will carry over once the option years are exercised. The options may be exercised at the discretion of the Government. While this is an Unrestrited SATOC, there is a similar scope Small Business SATOC as well. Therefore, when determining if a Large or Small Business firm can perform the work, the Sacramento District will consider the Small Business firm first, before moving on to the Unrestricted SATOC. In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strength and previous experience in relation to the work requirements and geographic location described in the statement of work for each task order. Details of the selection process will be included in the resultant contracts. All interested Architect-Engineers are reminded that in accordance with the provisions of FAR Sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged business. The wages and benefits of service employees (see FAR 22.1) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to employee's office location (not the location of the work). If a large business firm is selected for one of these contracts, it will be required to submit a detailed subcontracting plan at a later date. A detailed plan is not required to be submitted with the SF 330; however, the plans to do so should be specified in block H of the SF 330. If a large business is selected it must comply with FAR 52-219.9 regarding the requirement to subcontract. Sacramento District's recommended goal for work intended to be subcontracted is 41.5% for small business. The goal further states that of the 40.08% to be subcontracted to small business, 21.69% is for small disadvantaged business (subset to small business), 7.33% is for small business/woman owned (subset to small business), 5.58% for HUBZone small business (subset to small business), 3.0% for veteran-owned small business and 4.97% is for service-disabled veteran-owned small business (subset to small business). If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals are not met. Firms should indicate personnel and subcontracts selected to work on the contract and state their management structure. To be eligible for contract award a firm or joint venture must be registered in the System for Award Management (SAM). Register via the Internet Site at https://www.sam.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. Performance evaluations will be prepared in the Contractor Performance Assessment Reporting System (CPARS), which is a web-based system. The Architect-Engineer Contract Administration Support System (ACASS) was previously used, and CPARS is now the current platform. Engineering Pamphlet (EP) 715-1-7, Chapter 6 has not been updated, as yet to reflect this change. Past performance evaluations shall be prepared for each architect-engineer services contract of $35,000 or more. A final evaluation will be prepared for each task order exceeding $35,000.00. For this procurement, the evaluation shall be prepared after acceptance of the A-E product on each task order. Past performance evaluations may also be prepared for contracts below $35,000. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using CPARS requires specific software, called PKI certification, which is installed on the user's computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transaction. The certification software could cost approximately $100-$120 per certificate per year and is purchased from External Certificate Authorities (ECA) vendors. Current information about the PKI certification process and for contracting vendors can be found on the web site http://www.cpars.gov. If the contractor wishes to participate in the performance evaluation process, access to CPARS and PKI certification is the sole responsibility of the Contractor. 2. PROJECT INFORMATION: Typical task order surveys that may be ordered include, but are not limited to, automated hydrographic, conventional hydrographic, overbank, topographic, contour, planimetric, boundary, cadastral, data collection, LiDAR, easement and right-of-way location, ALTA/ACSM, construction layout, formwork verification, control surveys which may include GPS vertical surveys which conform to the National Geodetic Survey (NGS) specifications for blue-booking within the Sacramento district. Office assignments requested will include, but are not limited to the following: computing, compiling, verifying, plotting, mapping, constructing Bentley InRoads, AutoCAD and ESRI Grid Analyst compatible Digital Terrain Models (DTMs), constructing MicroStation DGN and AutoCAD DWG file drawings, digitizing hydrographic survey chart data, graphically depicting the collected survey data and certifying the resulting hard copy as a validity check, processing, filtering, and extraction of ground-based, terrestrial LiDAR data, creating LiDAR derived digital elevation models (DEMs) and associated visualization products adhering to the appropriate conventions and using the proper CAD Seed Files. Other office assignments may include researching titles and preparing abstracts for servitudes and right-of-way, preparing benchmark description PDFs and making PDFs of survey field books. Deliverables may include completed surveys certified by a registered Professional Land Surveyor via digital and hard copy products complying with the Spatial Data Standards (SDSFIE) for GIS and the A/E/C CAD Standards for CAD Products and submitted in the manner outlined in the most current versions of the USACE Engineering Manuals stated in section C-2 Technical Provisions of this scope of work. All survey data must be furnished electronically and delivered via mail with acceptable flash drive or a Contractor-provided secure File Transfer Protocol (FTP) Server or other Government specified electronic file transfer system and, in some instances, as a hard copy deliverable upon request. In accordance with each specific contract task order, the Contractor must have available at least one Professional Registered Land Surveyor registered in the state in which the work is being performed, one CAD Technician, two 3-person Survey Crews, and any other necessary personnel capable of performing of all types of field surveys as listed in Section C-1.a for the contract duration. There may be periods where several task orders may be active. Also, there may periods of little to no work. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria" a" through "d" are primary. Criteria "e" through "f" are secondary and will only be used as tiebreakers among technically equal firms. a. Specialized Experience and technical competence in will provide examples of not more than ten (10) projects completed within the last 5 years that best demonstrate specialized experience and technical competency in the areas listed below. Project examples submitted should be of completed projects. All projects cited must identify start/complete dates as well as the project size (cost and scope). Please also provide the percentage of work completed by the prime contractor. Prime Contractor's that do not have specific experience in the following types of tasks will be evaluated based on their subcontractors' experience. However, projects where the prime performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. 1. Capability and recent experience in photogrammetric compilation at scales ranging from 1 inch-20 feet to 1 inch-400 feet; digitized database mapping in Intergraph, AutoCAD and ARCMap (ArcView/ArcInfo) GIS compatible formats, analytical bridging; aerial photography; lab services; GPS and conventional field control (horizontal & vertical); field topographic survey at scales 1inch-20 feet to 1inch-50 feet; LIDAR and IFSAR and miscellaneous surveying services. 2. Experience in horizontal control surveys, vertical control surveys, GPS control surveys, topographic surveys, hydrographic surveys, boundary surveys, legal descriptions, photogrammetric mapping, GIS, analytical triangulation, orthophotos, aerial photography and lab processing. 3. Work will be within the South Pacific Division boundaries however significant work experience inside the Sacramento District boundaries will be considered in determining the most highly qualified firms. b. Firms must demonstrate professional and specialized experience for key disciplines. Evaluation of professional qualifications will consider education, training, certifications, registration, relevant experience and longevity with the firm of key technical personnel (3-year minimum is preferable). Project related experience of new employees with the firm will be considered. Experience in the discipline in which he/she will be working on should be identified. Qualified professional personnel in the following key disciplines: at least one Professional Registered Land Surveyor registered in the state in which the work is being performed, one CAD Technician, two 3-person Survey Crews, and any other necessary personnel capable of performing of all types of field surveys. c. Past performance on Corps of Engineers, DOD and other contracts with respect to cost control, quality of work and compliance with performance schedule, as determined by CPARS/ACASS and other sources. Additionally, Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Government clients. Firms which choose to use the PPQ may do so by using the attached PPQ form and providing it in your SF330. Past performance on project used to demonstrate specialized experience and technical competence will be weighed most heavily. d. Capacity to accomplish multiple simultaneous task orders at different locations within the required timeframe, including professional qualifications of firm's staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time. Firms must demonstrate the capacity to accomplish multiple location simultaneously. e. SB and SDB Participation: [Defense PGI 236.602-1(a)(6)(C)] The extent of participation of small or disadvantaged businesses, or woman-owned small businesses, and participation of historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated contract efforts, regardless of whether the SB, SDB, HCU or MI is a prime contractor, subcontractor or joint venture partner. The greater the participation, the greater the consideration. f. Volume of DOD contract awards received in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit an original and THREE (3) copies of the SF330 (03/2013) Part I, and an original and THREE (3) copies of the SF 330 Part II for the prime firm and all consultants/subcontracts including related services questionnaires regarding past performance on non-Government projects to the office shown below, ATTN: Contracting A-E Team. The SF 330 shall not exceed 150 single pages (75 pages if double sided) 8 ½ x 11, not counting the cover letter, table of contents or any dividing page used to identify each SF 330 Section. Font size will be 10 or 12 font in either Times New Roman, Arial or Courier. No more than (3) three 11 x 17 pages for organization charts. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In addition to all the hard copies of the SF 330s and attachments, ONE (1) additional copy must be submitted electronically on a CD. Please include the CD in the original SF330 binder. The most highly qualified firm(s) may be required to provide in-person presentations prior to final selection and will be advised accordingly. Responses received by the close of business (4:00 pm local time) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 330 which will be considered by the agency. Contracting Office Address: US Army Corps of Engineers ATTN: Contracting AE Team 1325 J Street Sacramento, CA 95814 5. OFFERORS QUESTIONS AND COMMENTS: Questions regarding this announcement must be in writing and addressed to Melissa DeNigris at Melissa.A.DeNigris@usace.army.mil and Carolyn Mallory at Carolyn.E.Mallory@usace.army.mil. All questions must be submitted no later than 17 May 2016 at 3:00 p.m., Pacific Standard Time (PST) to allow time for a response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-16-R-0004/listing.html)
- Record
- SN04095284-W 20160428/160426234231-2b0b9c16494bfbf615fb3f0adce5ba05 (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 |