Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2018 FBO #6162
SOLICITATION NOTICE

T -- INDEFINITE DELIVERY ARCHITECT ENGINEER (A-E) CONTRACT FOR PROFESSIONAL LAND SURVEYING SERVICES WITHIN THE CHICAGO DISTRICT AND LAKES AND RIVERS DIVISION

Notice Date
10/5/2018
 
Notice Type
Presolicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 231 South LaSalle Street, Suite 1500, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
W912P619R0001
 
Point of Contact
Ericka D. Hillard, Phone: 3128465378, Regina G. Blair, Phone: 312-846-5371
 
E-Mail Address
ericka.d.hillard@usace.army.mil, regina.g.blair@usace.army.mil
(ericka.d.hillard@usace.army.mil, regina.g.blair@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: By way of this announcement, the Chicago District Corps of Engineers announces its intention to procure Architectural and Engineering (A&E) Professional Land Surveying Services under a Firm-Fixed-Price, Indefinite Delivery Contract in accordance with the provisions set-forth by the Brooks A&E Act as implemented in the Federal Acquisition Regulation Subpart 36.6. A Firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The estimated award date is February 2019. The services will primarily consist of professional surveying services for projects within the Chicago District's boundaries (Northeast Illinois and Northwest Indiana). Work may also be performed within Illinois and Wisconsin within the boundaries of the Rock Island and Detroit Districts. The government intends to award one single Indefinite Delivery, Indefinite Quantity Contract under this announcement. The contract period is not to exceed 5 years, which will consist of one (1) base year and four (4) 1 year options. The contract will have a total capacity not to exceed $2,500,000.00. Individual, fixed-price delivery orders will not exceed $500,000.00. The government may advance options early to increase capacity where necessary; however the capacity over the entire contract period will not exceed $2,500,000.00. Work will be issued by negotiated firm-fixed-price task orders not to exceed this maximum limit. The government will satisfy minimum obligations for each year of the Contract, upon award of the Base year and the exercising of an Option period. The projected award is anticipated in February 2019. Competition: Competition for this acquisition is restricted to SMALL BUSINESS CONCERNS under the applicable North American Industry Classification Code (NAICS) 541370 with a small business size in dollars of $15M. Service Contract Act Wage Rates: The wages and benefits of service employees (see FAR Subpart 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). System for Award Management (SAM): To be eligible for a contract award, the firm must be registered in the SAM at www.sam.gov. Registration is free of charge. 2. PROJECT INFORMATION: The work consists of surveying services including: Boundary and ROW surveys, topographic surveys, bathymetric/hydrographic surveys, control surveys, monitoring surveys, and other surveys listed in the selection criteria. 3. SELECTION CRITERIA: Firms must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance (first by major criteria and then by each sub-criterion). Criteria a)-d) are primary factors. Criteria e)-g) are secondary factors and will only be used as tie-breakers among firms that are essentially technically equal. In SF 330, Part I, Section H indicate the estimated percentage involvement of each firm on the proposed team. In Section H, describe the firm's overall design quality management plan (DQMP), organization chart, and description of capabilities. A project-specific design quality control plan must be prepared and approved by the Government through task orders, but is not required with this submission. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered the most highly qualified will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on demonstrated competence and qualifications necessary to satisfy the performance in accordance with the specific selection criteria listed in the announcement. One contract is planned to be awarded through this solicitation. a. Specialized Experience and Technical Competence of the firm and contract team members to perform: i. Land Surveying services consisting of: 1. Boundary and ROW surveys a. Plats of survey b. Legal descriptions 2. Topographic surveys 3. Control surveys a. NGS b. OPUS/OPUS-DB c. GPS campaigns/control networks 4. 3-D laser scan surveys 5. Monitoring surveys 6. Construction staking surveys 7. Utility surveys 8. ii. Bathymetric/Hydrographic surveys a. Single-beam surveys b. Multi-beam surveys c. River cross-sections d. Side Scan Sonar iii. Demonstrated experience working with: 1. State Plane coordinate systems. 2. NAD83 and NAD27 horizontal datums. 3. NAVD88, NGVD29, IGLD85, IGLD55, LWD, and CCD vertical datums. 4. CADD/GIS (Microstation- Inroads Survey, AutoCAD Civil 3D, ESRI, ArcMap) 5. A/E/C CADD Standards iv. The ability to create and produce digital files from data collection: 1. CADD files a. Microstation V8 or higher/Inroads Survey b. AutoCAD Civil 3D 2011 or higher 2. Hypack files 3. GIS files/ESRI products 4. ASCII files 5. DTM (Digital Terrain Model) files 6. Laser scan data (point clouds) 7. Metadata - ISO 19115 or FGDC compliant v. Equipment to be utilized on the project should be included in Section H on SF 330. Firms shall indicate if the equipment is owned or leased and indicate QC procedures to indicate how proper calibration procedures is ensured. b. Professional Qualifications: i. Registration as a Professional Land Surveyor in the states of Illinois and Indiana. ii. Experience with Corps criteria for survey services, as outlined within the following Engineer Manuals: • Survey Markers and Monumentation, EM 1110-1-1002, March 2012 • NAVSTAR Global Positioning System Surveying, EM 1110-1-1003, February 2011 • Control and Topographic Surveying, EM 1110-1-1005, January 2007 • Standards and Procedures for Referencing Project Elevation Grades to Nationwide Vertical Datums, December 2010 • Structural Deformation Surveying, EM 1110-2-1009, June 2002 • Hydrographic Surveying, EM 1110-2-1003, 30 November 2013 • Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data, CI/ASCE 38-02. c. Capacity to perform two $250,000.00 work orders within a 6-month period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. d. Past Performance: Consideration will be given to ratings and verifiable past performance on previous DOD contracts. Consideration will also be given to firms that have above average performance on the type of work described at the above paragraph 2. Points of Contacts for example projects may be contacted. The Past Performance Information Retrieval System (PPIRS)/ACASS for all key firms will be reviewed. e. Volume of DoD contract awards in the last 12 months. f. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Location of Primary Office within the Chicago District Boundaries. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit four (4) copies of SF 330 Part I, and four (4) copies of SF 330 Part II for the prime firm and all consultants, to Attention: Ms. Ericka Hillard, US Army Corps of Engineers, Chicago District, CONTRACTING BRANCH, 231 S. LaSalle Street, Suite 1500, Chicago, IL 60604 not later than 4:00 PM on the response date indicated above. The SF 330 Part I shall not exceed 50 pages (8.5" x 11"), including no more than 10 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 10 font type. Include the firm's DUNS number in SF 330, Part I, Section H. Firms responding to this announcement before the closing date will be considered for selection. FAXED OR EMAIL TRANSMISSIONS WILL NOT BE ACCEPTED. THIS IS NOT A REQUEST FOR PROPOSAL. Questions: Questions will not be answered over the phone. Please submit your questions to Ericka D. Hillard at ericka.d.hillard@usace.army.mil - BE SURE TO INCLUDE THE SOLICITATION NUMBER W912P6-19-R-0001 AND PROJECT TITLE ON THE SUBJECT LINE OF YOUR EMAIL. Contracting Office Address US Army Corps of Engineers, Chicago District, 231 S. LaSalle Street, Suite 1500, Chicago, IL 60604
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P619R0001/listing.html)
 
Record
SN05117367-W 20181007/181005230450-a973c933fe280de384ffe49591d78ec2 (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.