COMMERCE BUSINESS DAILY ISSUE OF JUNE 28, 2001 PSA #2882
SOLICITATIONS
T -- INDEFINITE DELIVERY CONTRACT FOR SURVEYING AND MAPPING SERVICES TO SUPPORT THE MOBILE DISTRICT AND SOUTH ATLANTIC DIVISION
- Notice Date
- June 26, 2001
- Contracting Office
- U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- DACW01-01-R-0018
- Point of Contact
- Contact Dewayne Brackins, (334) 694-3743; Contracting Officer, Sue Speights
- E-Mail Address
- cesam.plansroom@sam.usace.army.mil (cesam.plansroom@sam.usace.army.mil)
- Description
- CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract for Surveying and Mapping Services to Support the Mobile District and South Atlantic Division. This announcement is open to all businesses regardless of size. The contract will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed up to $1,000,000 for each contract period. (If the $1,000,000 limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, 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 firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 61.4% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), 5% be placed with women-owned small businesses (WOSB), 3% be placed with service-disabled veteran-owned small business (SDVOSB) and 1.5% be placed with HUBZone small business. The subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541370 (previous SIC code was 8713). PROJECT INFORMATION: The selected firm will be required to perform surveying and mapping services. Some of the services are of the following types: detailed topography, airborne LIDAR, acoustic impedance, hydrography, GPS, GIS and photogrammetry. The firm shall have the capability to provide digital surveying and mapping data that is readable and fully operational on a CADD system and delivery of files must be made on CD-ROM or an FTP site. The majority of the work will be located within the southeastern United States; however work may be located in other locations assigned to the Mobile District and South Atlantic Division. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general selection process. The selection criteria are listed below in descending order of importance. Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Project Managers (as many as needed to cover the types of services requested); (2) Registered Land Surveyors with registration number for the States of Alabama, Florida, Georgia, Mississippi and Tennessee; (3) Party Chiefs (including GPS); (4) CADD Specialist; (5) Certified Hydrographic Surveyor; (6) Certified Photogrammatrist; (7) Steroplotter Operators; (8) GIS Analyst; (9) Geodatabase administrator; (10) Remote Sensing Analyst; (11) LIDAR specialist. The evaluation will consider education, registration, and relevant experience in the type work required. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement; B. Specialized Experience and Technical Competence in: (1) Mapping production using the Tri-Service A/E/C CADD Standards; (2) Mapping production using the Tri-Service Spatial Data Standards (SDS); (3) Converting non-standard CADD graphics to SDS; (4) Converting non-standard GIS data files to U.S.G.S. Spatial Data Transfer Standard (SDTS) as prescribed in the American National Standards Institute (ANSI NCITS 320-1998); (5) Development of project level GIS implementation featuring themes or coverages that are SDS and SDTS compliant; (6) Development of databases using Access or Oracle that are SDS compliant; (7) Development of project specific custom applications for GIS including a graphical user interface that queries and executes upon project specific databases and produces a spatial or columnar attribute; (8) Bottom and subbottom sediment characterization services based on established relationships between acoustic impedance and sediment properties, including collection, processing, and analysis of hydroacoustic data to provide density, porosity, and a basic description of the sediments surveyed versus depth; (9) Photogrammetric services including airworthy aircraft, currently certified precision aerial camera, hardware and software to perform fully analytical aerotriangulation, analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, ability to provide orthophoto products (hardcopy and digital), and airborne GPS capabilities for aircraft navigation and photo control; (10) Airborne laser mapping; (11) Multibeam hydrographic surveying; (12) Providing digital data readable and operational with the latest versions of ESRI's ArcInfo and ArcView GIS, Intergraph's GeoMedia and MGE, Bentley's GeoGraphics and MicroStation, Autodesk, AutoMap and AutoCAD; (13) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: (1) Capacity of firm to furnish equipment and personnel to maintain four detailed topographic crews; (2) Personnel and company owned equipment to accomplish airborne global positioning system (ABGPS) controlled photogrammetry on a timely schedule; (3) Personnel and company owned equipment to accomplish airborne laser mapping (LIDAR); (4) Personnel and company owned equipment to accomplish both single and multibeam hydrographic surveys; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to the Mobile District; F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the Commerce Business Daily for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one (1) completed copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. The SF 255 and SF 254's are to be submitted even if they are currently on file. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 2 August 2001. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after the closing date of this announcement. In Block 2b of the SF 255 include RFP Number and in Block 3a list two (2) principal contacts of firm. In Block 3b include the ACASS number of all the participating offices that are proposed to perform work. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must indicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. 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. Response to Block 10 is limited to 25 single-sided pages. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 15 August 2001. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. The Selection Board chairperson will notify, in writing, all firms of their selection status within 10 days after approval of the selection. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec.
- Web Link
- http://www.sam.usace.army.mil (http://www.sam.usace.army.mil)
- Record
- Loren Data Corp. 20010628/TSOL001.HTM (W-177 SN50Q181)
| T - Photographic, Mapping, Printing and Publication Services Index
|
Issue Index |
Created on June 26, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|