A-E SERVICES FOR INDEFINITE DELIVERY TYPE CONTRACTS FOR SURVEY AND MAPPING SERVICES FOR THE KANSAS CITY DISTRICT,US ARMY CORPS OF ENGINEERS
General Information Synopsis for A-E Service Contracts Solicitation Number: W912DQ-19-R-1002 (SMALL BUSINESS) Posted Date: March 8, 2019 Current Response Date: April 9, 2019 Description 1. CONTRACT IN... General Information Synopsis for A-E Service Contracts Solicitation Number: W912DQ-19-R-1002 (SMALL BUSINESS) Posted Date: March 8, 2019 Current Response Date: April 9, 2019 Description 1. CONTRACT INFORMATION: This contract is being procured in accordance with The Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The U. S. Army Corps of Engineers, Kansas City District, intends to issue an Indefinite Delivery contract for aerial mapping and surveying services within the U.S. Army Corps of Engineers. The solicitation will be available through the FedBizOps website at www.fbo.gov The Architecture-Engineering (A-E) contract is required to support aerial photography, photogrammetric mapping, aerial mapping, field-based topographic survey, boundary survey, and hydrographic surveying services for civil works, military and environmental projects primarily in the Kansas City District, U.S. Army Corps of Engineers. Work will be for the U.S. Army Corps of Engineers and other Federal agencies such as, but not limited to Department of Defense, NGA, NOAA, USDA, etc. While services will primarily be for areas within the Kansas City District, services may be required for the Omaha District and for selected areas throughout the USACE Northwest Division and USACE Districts that adjoin the Kansas City District. This solicitation will be used to award one Indefinite Delivery Contract (IDC), negotiated and awarded to the most highly qualified A-E firm. The awarded contract will be set aside for small business concerns. The base ordering period for the IDC will not exceed five (5) years, with one option for an additional two (2) years. The period of performance for the IDC will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period, along with the additional two (2) years if the option is exercised. The period of performance for task orders awarded under the IDC will be determined based upon the work requirement (not to exceed five (5) years from date the Task Order is awarded) and will be included in the task order solicitations and negotiated task order award documents. The contract's total value shall not exceed $5,000,000. Award of this contract is anticipated in the fourth quarter of FY 2019. The applicable North American Industrial Classification System (NAICS) code associated with this procurement is 541370-Surveying and Mapping Services. The small business size standard for this NAICS code is $15.0 million. 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, as determined relative to the employee's office location (not the location of the work). Offerors interested in responding to this synopsis must submit their information on a Standard Form 330 (SF 330) and must have a valid SAM registration prior to contract award or submission of SF 330's. Any contracting and technical inquiries, or questions regarding to this synopsis must be submitted via Bidder Inquiry in Projnet at www.projnet.org/projnet (see section 5). In accordance with FAR 52.212-1(k) the prospective awardee shall be registered and active in the Central Contractor Registration (CCR.gov). The Central Contractor Registry (CCR) has now migrated to the System for Award Management (SAM). If you were previously registered in CCR, your registration should have been moved to SAM, and you just need to open an account, see the following link for instructions: https://www.sam.gov/sam/transcript/Quick_Guide_for_Migrating_Roles_v1.8.pdf. If you were not previously registered, please go to https://www.sam.gov. Instructions for new registration are also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf to register. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. 2. PROJECT INFORMATION. The required A-E services will relate to surveying and mapping services. They will include, but are not limited to: A. Aerial Photography, Photogrammetry and Aerial Mapping services- Includes large and small scale aerial collection and production of information including color and color infrared ortho photography; precise DTM/DEM topography; LiDAR, oblique photography. B. Topographic site characterization surveys - which includes acquisition of topographic oriented surveying and mapping data for design, construction, master planning, operations, as-built conditions, precise structure stability studies utilizing conventional and electronic instrumentation, photogrammetric, remote sensing, inertial, satellite, and other survey methods as applicable. C. Boundary/Land Surveys- which includes property and boundary surveys, monumentation, marking and posting, preparation of tract descriptions, etc., utilizing conventional, electronic instrumentation, photogrammetric, inertial, satellite, and other survey methods as applicable. D. Hydrographic surveys - Hydrographic surveys on inland lakes and the Missouri River or similar river systems including collection of sediment ranges and delivery of hydrographic data in Bentley CADD or ESRI ArcGIS standard. Project-specific requirements will be described in each individual task order's Statement of Work. Projects will be represented as individual task orders. Multiple task orders may be awarded with similar completion schedule and overlapping delivery dates for task orders within the continental United States (CONUS). 3. SELECTION CRITERIA. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary and will be evaluated for all Offerors. Criteria F-G are secondary and will only be used as tie-breakers among technically equal firms. Primary Criteria A. Specialized experience and technical competence: For this selection criterion, projects performed by the Offeror (the prime or a Joint Venture partner) will receive additional consideration over those performed by other members of the proposed team. In Section F of the SF 330, cite whether the experience is that of the prime (or Joint Venture partner), a consultant or an individual. For each project, indicate the estimated percentage involvement of each firm on the proposed team. Demonstrate recent experience by including a technical discussion and up to 10 representative projects performed within the past five (5) years with a maximum dollar value not to exceed $500,000 and by discussing the firm's offerings and qualifications for; (1) Performing field-based topographic surveys to include utility location preferably, on military installations and/or riparian areas and delivered in Micro station A/E/C CADD standard formats or ArcGIS SDSFIE standard formats, with FGDC-compliant metadata and in accordance with Engineering Manual (EM) 1110-1-1005, "Control and Topographic Surveying". Demonstrated experience in the performance of horizontal and vertical control surveys. The basis of the evaluation will be the information in Section F of the SF 330. Firms showing work experience directly related to the specific requirement and a variety of work experience will be given additional consideration. Project descriptions shall clearly state role and extent of involvement completed by the submitting firm. (2) Performing boundary surveys preferably for riparian areas and military installations and delivered in Micro station A/E/C CADD standard formats or ArcGIS SDSFIE standard formats, with FGDC-compliant metadata and in accordance with American Land Title Association (ALTA) standards or consistent with the statutes and minimum standards for Missouri and Kansas. The basis of the evaluation will be the information in Section F of the SF 330. Firms showing work experience directly related to the specific requirement and a variety of work experience will be given additional consideration. Project descriptions shall clearly state role and extent of involvement completed by the submitting firm. (3) Performing large and small scale aerial collection and production of information including color and color infrared ortho photography; precise DTM/DEM topography; LiDAR, oblique photography; and other related aerial mapping products. This includes collection and processing of airborne GPS and inertial measurement unit (IMU) data, ground survey control planning, and delivering these products in Microstation A/E/C CADD standard formats and ArcGIS SDSFIE standard formats, with FGDC-compliant metadata and in accordance with Engineering Manual (EM) 1110-1-1000, "Photogrammetric Mapping". Firms showing work experience directly related to the specific requirement and a variety of work experience will be given additional consideration. Project descriptions shall clearly state role and extent of involvement completed by the submitting firm. (4) Hydrographic survey experience on inland lakes and the Missouri River or similar river systems including collection of sediment ranges and delivery of hydrographic data in Bentley CADD or ESRI ArcGIS standard formats with FGDC-compliant metadata and in accordance with EM 1110-2-1003, "Hydrographic Surveying". The basis of the evaluation will be the information in Section F of the SF 330. Firms showing work experience directly related to the specific requirement and a variety of work experience will be given additional consideration. Project descriptions shall clearly state role and extent of involvement completed by the submitting firm. (5) Quality control procedures to ensure product quality. Describe the firm's quality management procedures in Section H, Block 30 of the SF 330. The evaluation will assess: (1) quality control coordination between disciplines and subcontractors; and (2) quality control procedures such as type and timing of reviews, and who the reviewers are. A detailed quality control plan is not required with this submission but will be required after award of a contract. (6) Ability to provide a broad range of field survey equipment such as survey-grade GPS units, conventional/robotic total stations, digital levels, ATVs, hydrographic survey boats, single beam and multi-beam hydrographic sensors, terrestrial LiDAR, sophisticated survey reduction and analysis software and other related technologies. Aerial mapping equipment including owned or leased airworthy aircraft, currently calibrated (last three calendar years) precision aerial mapping camera equipped with FMC, ABGPS and IMU systems; photographic lab for processing aerial film, hardware and software to perform fully analytical aero-triangulation, analytical and softcopy stereo plotter instrumentation for digital data collection of planimetric and topographic features; equipment for DTM, DEM data collection and manipulation of terrain data; and digital data editing facilities. The evaluation will assess the list of equipment provided in Block H of the SF 330. The firm's specialized experience and technical competence for selection criteria A(1) through A(5) are significantly more important than A(6). B. Professional qualifications: Qualified professionals in the following key disciplines with significant career experience in aerial photography, geographic information systems, topographic and boundary surveying, hydrographic surveying, and drafting. The evaluation will consider recent and relevant experience, education, and registration (if applicable). The basis of the evaluation will be the information in Section E and H of the SF 330. The firm should indicate in the project section the list of personnel worked on project. The SF 330 Section G, shall include a matrix showing experience of the proposed personnel on the projects listed on the SF 330. The SF330 should be complete and specifically address the requirements of this announcement. The Offeror shall exhibit organization charts for three project teams: Team 1: topographic and boundary survey: Project Manager, Licensed Land Surveyors (2), Party Chiefs (2), CADD Technician. Team 2: hydrographic survey: Project Manager, Licensed Surveyor, Party Chief, field crew members (2). Team 3: aerial photography collection and orthophoto production: Project Manager, Certified Photogrammetrist, Image Analyst, GIS Specialist. The evaluation will consider information from resumes of these individuals including education, relevant and current skills training (short courses, on the job training), professional certification and registration, and overall relevant experience and longevity with the firm. C. Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The Contract Performance Assessment Reports System (CPARS) is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF330 to identify relevant projects completed within the past five years. If deemed relevant by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors will also be considered. In addition to CPARS and eSRS, the board may seek information on past performance from other sources. D. Capacity to Accomplish the Work: Capacity of the firm to perform approximately $1,000,000 of the required type of work in a one-year period. The evaluation will consider the quantity of key equipment and an adequate number of qualified personnel in the following key disciplines necessary to perform multiple concurrent topographic and boundary survey projects: project manager, quality control specialist, licensed land surveyor, pilot, aerial instrument specialist, GIS specialist, CADD/GIS technician, image analyst/compilation specialist, certified Photogrammetrist, survey field crew and survey party chief. The basis of the evaluation will be the number of personnel in the key disciplines listed in Part II of the SF 330. E. Knowledge of Boundary and Coordinate Systems: Knowledge of boundary and coordinate systems in states within the Kansas City and Omaha Districts (Missouri, Kansas and Nebraska) and other adjacent USACE Districts. The evaluation will consider project examples and registrations of licensed land surveyors. The basis of the evaluation will be from the personal experience of the proposed personnel in the listed key disciplines located in Section E of the SF 330. Secondary Criteria F. Extent of Small Business and Small Disadvantaged Business Participation: Extent of participation of small businesses (including women-owned small business), small disadvantaged 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 Work: Volume of DOD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms, including SB and SDB. Firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months. Include delivery orders awarded your firm by DOD agencies within the last 12 months under indefinite delivery type contracts. Modifications to contracts or task orders that were awarded prior to the last 12 months need not be listed. 4. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one original and 5 hard copies and 1 CD in text searchable PDF format of their SF 330 to the address listed below no later than 4:00 PM Central Standard Time on [April 9, 2019]. This date and time will be strictly enforced and late packages will not be considered. Each firm/ consultant listed within Part I of the SF 330 must submit Part II of the form with this package. Accordingly, firms are advised to plan for potential delays in delivery including, but not limited to, weather, traffic, building security, etc. No e-mail or facsimile submittals will be accepted. The SF 330 Part 1 is limited to seventy five (75) 8.5"x11" pages, not including tabs/page dividers or table of contents. Pages in excess of 75 of the SF 330 Part 1 will NOT be considered. Minimum font size is 12. Include the firm's DUNS number in SF 330, Part 1 Section H. In SF 330, Part 1, Section H must describe owned or leased equipment that will be used to perform this contract, as well as CAD capabilities. In Section H, describe the firm's overall Design Quality Management Plan (DQMP). 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. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. The SF 330 will not be provided. This is not a request for proposal. Facsimile transmissions will not be accepted. The SF 330 6/2004 edition must be used, and may be obtained from the following website: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6 Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CECT-NWK - C/ Willie Hodges 647 Bolling Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 5. INQUIRIES/ QUESTIONS: Prospective Offerors shall submit contracting and technical inquiries and questions concerning this solicitation document via Bidder Inquiry in ProjNet at www.projnet.org/projnet A. To submit and review bid inquiry items, bidders will need to be a current registered user or self register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on the next screen is correct and click continue. B. From this page, you may view all bidder inquiries or add a new inquiry. C. Offerors will receive an acknowledgement of their questions via email, followed by an answer to their questions after it has been processed by our technical team. D. The Solicitation Number is: W912DQ-19-R-1002 E. The Bidder Inquiry Key is: J4H7H7-S254QP The Bidder Inquiry System will be available 5 days after posting this notice and remain open for a period of 15 days, at which time the system will closed 10 days prior to bid/proposal due date, at 4 PM CST in order to ensure adequate time is allotted to form an appropriate response to inquiries. Offerors are requested to review the specification in its entirety, and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The ProjNet call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago) or by appointment for OCONUS. The telephone number for the Call Center is 1-800-428-HELP. Email to staff@rcesupport.com . 6. PLACE OF PERFORMANCE: N/A
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »