Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2020 SAM #6637
SOLICITATION NOTICE

C -- Surveying Services on Redstone Arsenal, Alabama

Notice Date
1/29/2020 12:50:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
FBI - REDSTONE ARSENAL REDSTONE ARSENAL AL 35898 USA
 
ZIP Code
35898
 
Solicitation Number
15F06720C0000444
 
Response Due
2/29/2020 3:00:00 PM
 
Archive Date
03/15/2020
 
Point of Contact
Robert Bass, Phone: 256-213-2631, Brian McCormick, Phone: 256-213-4244
 
E-Mail Address
rmbass@fbi.gov, bwmccormick@fbi.gov
(rmbass@fbi.gov, bwmccormick@fbi.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Information Contract Opportunity Type: Combined Synopsis/Solicitation All Dates/Times are: Central Standard Original Published Date: 1/27/2020 RFI's are due: 2/12/2020 at 15:00 CST Original Set Aside: Total Small Business Set-Aside (FAR 19.5) Product Service Code: �C219 (A/E - SURVEYING) NAICS Code: 541370 - Surveying and Mapping (except Geophysical) Services Place of Performance: Redstone Arsenal, Alabama, USA This is a Combined Synopsis / Solicitation for Architect & Engineering (A-E) Services being procured in accordance with Federal Acquisition Regulation (FAR) Part 36.6. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-04/01-15-2020. A written solicitation will not be posted. ____________________________________________________________________________ CONTRACT INFORMATION: The Federal Bureau of Investigations (FBI) announces its intention to procure professional Architect-Engineer (A-E) land surveying services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract in accordance with the provisions set-forth by the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation (FAR). The successful A-E firm will be selected based on the A-E firm�s qualifications and demonstrated competence for the required work. Task orders will be negotiated with and awarded to the selected A-E firm for all future work under this contract. The selected A-E firm shall be licensed to perform Surveying and Mapping services in the state of Alabama. The majority of work and services under this contract will be performed on Redstone Arsenal, Alabama and in Madison County, AL. The selected firm must be located within 30 miles of Redstone Arsenal, AL. This solicitation is 100% set aside for small business. Only small businesses will be considered for award. There is a limitation on subcontracting whereby ""at least 50% of the cost of contract performance incurred for personnel"" must be extended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. There will be one (1) small business set-aside indefinite delivery contract for Architect-Engineer (A-E) services. The contract will be awarded as a base year (1) with four option years (4) and a not-to-exceed amount of $500,000.00. Work will be issued by negotiated firm-fixed price task orders. The estimated total period of performance is from February 2020 until February 2025. Work is subject to availability of funds. Estimated construction cost is not applicable. The North American Industry Classification System (NAICS) code for this action is 541370. The size standard for this NAICS code is $15 million in average annual receipts. The wages and benefits of service employees (see FAR 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). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov Federal Customer Service Desk: www.fsd.gov; US Calls: 866-606-8220; Hours: 8am - 8pm (Central Time) ____________________________________________________________________________ 2. SELECTION CRITERIA: Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to socioeconomic classification, specialized technical expertise, or other requirements listed. Following initial evaluation of the qualifications and performance data submitted, the firm that is considered to be the highest qualified firm will be selected. Negotiations will then take place between the selected A-E firm and the Government to determine costs and pricing structure. This selection shall be based on the firm�s demonstrated competence and qualifications necessary for the satisfactory performance of this contract. The following selection criteria are listed in descending order of importance. Geographic proximity: Pass/Fail - The firm must have an operating location/office within a thirty (30) mile radius of Redstone Arsenal, AL.� Specialized Experience and Technical Competence: (1) Survey and Mapping expertise on Redstone Arsenal; (2) Survey and Mapping data processing expertise on Redstone Arsenal; (3) Knowledge and expertise in performing complex monitoring functions for quantities; (4) Knowledge and expertise in performing complex geodetic, boundary, topographical surveys using standard surveying techniques, and/or kinematic differential GPS techniques; (5) Knowledge and expertise in large and small scale mapping projects, Metric and English survey and mapping units of measurement, and orthophotographic techniques; (6) Knowledge and expertise in large and small scale mapping projects, metric and English survey and mapping units of measurement, and orthophotographic techniques (7) Ability to deliver CADD and digital terrain model files compatible with MicroStation (DGN), Inroads (DTM), Arcview (TIN), AutoCAD (DWG) file format and Terramodel (PRO) file formats. Professional Qualifications. Qualified professional personnel in the following key disciplines: (1) Professional Land Surveying; (2) engineering, survey, cartographic technicians. The evaluation will consider relevant experience, education, training, and overall experience. Past performance: On FBI and other federal government Contracts with respect to cost control, quality of work and services, and compliance with performance schedules. CPARS performance evaluations will be provided by Contracting Division for rating by the Selection Board only. If CPARS evaluations are not available, the A-E firm will be given a ""satisfactory"" rating for these criteria. Capacity to accomplish the work: (1) Ability to meet project completion schedules and accomplish the work within the required time, sometimes on very short schedules (2) Ability to accomplish two multiple task orders simultaneously (3) Ability to perform up to $500,000 in work of the required type over the life of the five-year contract. (4) Ability to accomplish small task order under $2,000.00 within 48 hours and in a cost-effective manner. The evaluation will consider the experience of the firm and any consultants in contracts of similar complexity, and the availability of an adequate number of personnel in key disciplines. Knowledge of localities: Such as, geological features, climatic conditions and hydrographic features. ____________________________________________________________________________ 3. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to meet the FBI�s requirement are invited to submit three (3) hard copies of SF330 Part I, and three hard copies of SF330 Part II for the prime firm and all consultants and an electronic version of the completed SF330. Due to the limitation with the 8/2016 version, offerors may use previous versions of their own created version of the SF330, but it must contain the content reflected in the current SF330 dated 8/2016. Color is acceptable. Include DUNS number of the office that will perform the work. The SF 330 Part I shall be a maximum of 30 pages (8.5""x11"" letter size), including a maximum of five (5) pages for Section H. Each side of a sheet of paper counts as one (1) page. Use a normal sans serif or serif 10-point font with normal spacing. Proposals that do not meet the maximum page requirements or that is rendered unreadable because of formatting will not be considered for award. In Block D of the SF 330, provide the quality management plan and organization chart for the proposed team. A specific design quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with this submission. Identify by position the key personnel for this solicitation. 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 member's role on each listed project (i.e. project manager, design engineer, etc.). In Block F of the SF 330, provide a list of 10 total projects for which the firm was the prime and/or a key subcontractor performing similar work under a relevant contract. Cover letters exceeding 1 page and generic corporation brochures and presentations not required to complete an effective response to this announcement must not be included in the submittal. Phone calls and personal visits are discouraged. No other notification will be made, and no further action is required. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6b9c2be7776c4f8cacbdd6affefa04b0/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05546251-F 20200131/200129230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.