SOLICITATION NOTICE
C -- HYDROGRAPHIC SURVEY CAPABILITIES, PRIMARILY WITHIN THE ST. LOUIS DISTRICT
- Notice Date
- 8/27/2020 1:35:41 PM
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P919R0047-0003
- Response Due
- 8/31/2020 1:00:00 PM
- Archive Date
- 09/15/2020
- Point of Contact
- Twila A. Hopkins, Phone: 3143318124
- E-Mail Address
-
twila.a.hopkins2@usace.army.mil
(twila.a.hopkins2@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 0003 Amendment - Please note the following�message (the last 3 paragraphs addresses submittals): RESTRICTED T-INDEFINITE DELIVERY A-E CONTRACTS FOR FIELD SURVEYS WITH AUTOMATED HYDROGRAPHIC SURVEY CAPABILITIES, PRIMARILY WITHIN THE ST. LOUIS DISTRICT, BY THE ST. LOUIS DISTRICT, SOL W912P9-19-R-0047, POC Contracting, Twila Hopkins, (314) 331-8124, Contracting Officer, Archie Ringgenberg (314) 331-8505� (Site Code W912P9) I. CONTRACT INFORMATION: These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and supplements thereto.� Services of a qualified firm are sought to provide hydrographic and field surveys for the St. Louis District, U.S. Army Corps of Engineers.� Firms will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. �The St Louis (MVS) District boundaries will be the primary area for the work, but the Government may, at its discretion accomplish work in other geographical regions; including the entire continental US.� Firms may be required to be mobilized and having commenced work at the project sites in the MVS district no later than twenty-four (24) hours).� The Government intends to negotiate and award three (3), five (5) year indefinite-delivery restricted contracts within one year after the required response date to this solicitation.� If there are not enough most highly qualified small business contractors to fill any or all of the restricted contracts, a solicitation will be issued for unrestricted contracts to fill the remaining capacity.� A Contractor awarded a contract under this announcement will be ineligible for award under the unrestricted announcement.� Furthermore, if capacity requirements cannot be met with small business Contractors, those most highly qualified small businesses that do not receive an award under this restricted solicitation, will have their SF 330�s automatically added to the unrestricted solicitation SF330 responses. Award(s) will be based on selection of the most highly qualified firm(s) in accordance with A-E Brooks Act procedures as implemented by FAR 36.6 and supplements thereto. The St Louis District intends to award three (3) IDIQ Contract(s).� The amount of work in each contract will not exceed a $7,000,000 total capacity for a five (5) year period and the guaranteed minimum will be $5,000.� Work will be issued by firm-fixed-price task orders not to exceed the contract amount and will be subject to successful negotiations.� Rates will be negotiated for each 12-month period of the contract at the time of the original award.� On each individual contract, the first year�s rate schedule shall become effective the day of contract award, and shall be in effect for one year from contract award.� Subsequent rate schedules shall become effective on the yearly anniversary dates from contract award. �The Contracting Officer will consider the following and other relevant factors in deciding which Contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, the availability of 2 simultaneous survey crews, and uniquely specialized experience.� 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, relative to the employee�s office location.� To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at www.sam.gov.� Registration is not required with this submission.� This contract is set aside for small business only.� North American Industrial Classification System (NAICS) code is 541370 which has a size standard of $15,000,000.00 ($15.0 Million) in annual average receipts. �Each firm responding to this announcement must indicate their size status under the specified NAICS code and state if they are currently certified as a small business.� II. PROJECT INFORMATION: Work will consist of performing hydrographic and field surveys. Work may consist of, but not be limited to, topographic surveys, dredge material measurement and payment surveys, construction layout surveys, geodetic control (horizontal and vertical) surveys, surveys using all the different code and carrier phase Global Navigation Satellite Systems (GNSS) techniques, river/harbor project clearance, underwater hazard detection, aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, and boundary and cadastral surveys.�� Hydrographic surveys shall use totally automated systems with the capability of positioning by carrier phase GNSS techniques with specifications as defined by the individual task order. The A-E must have a back-up positioning system in the event that satellite transmission for GNSS positioning is interrupted or not available.� Work may be performed to support other Federal agencies. III. SELECTION CRITERIA: Criteria 1 through 5 are primary.� Criteria 6 and 7 are secondary and will only be used as a ""tie-breaker"" among firms that are essentially technically equal.� The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion).� 1.�Specialized Experience and Technical Competence: The offeror shall address their capability and how these technical capabilities will ensure successful execution on this project.� All experience shall have been completed within the last 5 years.� Specifically addressing the following: a.�Experience in hydrographic surveys, dredge material measurement and payment surveys, code and carrier GNSS surveys, river/harbor project clearance, underwater hazard detection;� b.�Experience in field topographic surveys, all forms and techniques of GNSS surveys, construction layout, geodetic control (horizontal and vertical), aerial photo control surveys, field data processing and survey adjustments, location surveys, planimetric surveys, and cadastral/boundary surveys; c.�Demonstrated expertise in the use of code and carrier phase GNSS equipment and techniques, including network layout and least squares adjustments, and the ability and experience to submit GNSS control to the OPUS Database and NGS for blue booking; d.�Capability to integrate field survey information into photogrammetric mapping databases including but not limited to underwater soundings, horizontal traverse circuits, 3D contour grids, aerial photo control point location coordinates, boundary surveys, utility locations, boring hole locations, and other survey needs; e.�Facilities must have capability to collect and deliver data in digital format, readable and fully operational in 2D and 3D, in Bentley Microstation.dgn format (Microstation V8.0 or later); in Autodesk Civil3D (current edition); in ESRI shape files or Personal Geodatabases; PDF�s, and ASCII format on CDROM, DVD, or an External Hard Drive storage file.� 2.��Capacity to Accomplish the Work a.�Capacity to perform approximately $5,000,000 in work of the required type in a five-year period.� The evaluation of a firm�s capability will consider the availability of an adequate number of personnel in key disciplines and equipment availability.� Firms must have the personnel capacity and sufficient equipment for two simultaneous survey crews.� b.�Firms shall demonstrate that they presently have, or the capability to readily obtain through purchase or lease, a code and carrier phase GNSS equipped automated hydrographic survey vessel with an environmentally controlled cabin of 19-30 foot in length that�s capable of being trailered to, and operating in U.S. inland and potentially coastal navigation projects for the automated acoustic surveys; c.�Firms shall demonstrate that they presently have, or the capability to obtain through purchase or lease, carrier phase GNSS equipment capable of static, rapid static, kinematic and real time kinematic techniques capable of sub-centimeter measurement accuracy, electronic total station with data collector, and CADD/GIS data processing equipment. d.�Demonstrate quality control procedures and tools to ensure delivery of a quality product; e.�Demonstrate ability to commence work immediately after award of a task order. f.�Demonstrate the ability to mobilize and commence work within the St Louis District no later than twenty-four (24) hours with a properly equipped survey vessel capable of being operated safely on the main stem of the Mississippi River in all weather conditions and river stages. 3.� Knowledge of the Locality.� Knowledge of the local conditions, within the St. Louis District, including geographic features, locks and dams, barge traffic, lakes, boat ramps (both high and low water), river gages, and fueling/boat facilities. 4.� Professional Qualifications.� The firm should have qualified and licensed professional land surveyors with demonstrated expertise in all aspects of hydrology and field surveying, a qualified management team, quality control staff, and technical staff.� The evaluation will consider education, training, registration, voluntary certifications (e.g., IHO Category A or B Hydrographic Surveyor, NSPS Certified Hydrographer, GISP), overall and relevant experience, and longevity with the firm. 5.� Past Performance.� Offeror�s should submit a single page narrative form and Past Performance data for all projects submitted in Section F under Specialized Experience and Technical Competence. The offeror shall provide past performance data with respect to cost control, quality of work and compliance with performance schedules, as determined from Past Performance Questionnaires (PPQs), ACASS/CPARS/PPIRS data, credible documentation included in the SF 330 and other sources. �The Government will retrieve and evaluate the CPARS reports, if available, for all relevant projects for each firm.� If a CPARS is not available, the firm shall complete Part I of the Past Performance Questionnaire, send it to the customers for these projects to complete Part II of the Past Performance Questionnaire, request that it be returned to the firm, and submit it with the SF330 submission. No sealed envelope is required. A blank Past Performance Questionnaire can be found attached to this synopsis/solicitation. The contractor should provide the Point of Contact Names and Telephone Numbers (Point of Contacts should be verified those individuals may be contacted) and full contract number and task order number (if applicable). The AE AE Evaluation Board may seek information on past performance from other sources if none are available from CPARS or if no Past Performance Questionnaire are provided; but is not required to seek other information on the past performance of a firm. If there are no available CPARS or Past Performance Questionnaires provide, the rating will be given a neutral evaluation.� The Government reserves the right to retrieve and evaluate ACASS/CPARS/PPIRS data even if the offeror does not provide the data as a part of their final packages. 6.� Geographic Proximity. Location of firm in relation to the St Louis District. 7.� Equitable Distribution of DoD Contracts.� Evaluation will consider volume of DoD A-E contracts awarded in the last 12 months.� The objective is to achieve an equitable distribution of DoD, A-E Contracts among qualified firms, by giving more consideration to firms with lower total volume. IV. SUBMISSION REQUIREMENTS:� Interested firms having the capabilities to perform this work must submit five (5) printed copies of their SF330 and one (1) cd containing an electronic version of all proposal documents, each containing Parts I and II of the SF330 information for the prime firm and Part II for all subcontractors/consultants to the address listed below not later than 3:00 p.m. local time on 25 August, 2020. E-mails are not acceptable.�� Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). Include the firm�s CAGE code on the SF330, Part 1, Section B.� On the SF330, Part 1, Section C, provide the CAGE code for each subcontractor or consultant, if available.� In SF 330, Part I, Section D, include an organization chart of the key personnel to be assigned to the project and a narrative describing how the organization will function, including how the QA/QC plan will be implemented.� Those functions to be subcontracted out shall be clearly identified.� In SF 330, Part I, indicate in Section C-11 or Section H if the prime contractor has worked with the proposed subcontractors in the past five years, estimate the percentage involvement of EACH SUBCONTRACTOR on the proposed team.� Letters of commitment shall be submitted if credit for the experience and past performance of key subcontractors is desired. In Section H address how your team meets each selection criterion.� Describe owned or leased equipment that will be used to perform this contract.� Describe the firms overall Quality Management Plan (A project 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).� Provide a narrative discussing the capacity of the team to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight schedules.� Also include in section H the number and amount of fees awarded on DOD contracts for A-E services during the twelve months prior to this notice, including change orders and supplemental agreements for all branch offices.� Do not include awards to overseas offices for projects outside the United States, its territories and possessions. Do not include awards to a subsidiary if the subsidiary is not normally subject to management decisions, bookkeeping, and policies of a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. The SF330 will have a limit of ten projects illustrating specialized experience. Due to industry difficulties resulting from the recent pandemic complications, digital submittals will be accepted beginning 1 April 2020 and NLT 1400 on 17 April 2020. The requirement for hard-copies has been waived. If a firm is are unable to provide an SF330 via their own FTP site, please contact Twila Hopkins at 314-331-8124 or via email at twila.a.hopkins2@usace.army.mil and the Government will provide a link for their firm to upload the documents. Questions regarding this announcement must be emailed to Twila Hopkins at twila.a.hopkins2@usace.army.mil.� Solicitation packages are not provided. This is not a Request for Proposal for contract award.� As required by acquisition regulations, interviews for the purpose of discussing prospective contractor's qualifications for the contract will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone.� Please check for amendments to this announcement after the publication date.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9ef9bba940864ce1be91d85d217cba55/view)
- Place of Performance
- Address: Saint Louis, MO 63103, USA
- Zip Code: 63103
- Country: USA
- Zip Code: 63103
- Record
- SN05775648-F 20200829/200827230204 (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 |