Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

C -- SURVEYING, MAPPING AND RELATED GEOSPATIAL SERVICES INDEFINITE DELIVERY CONTRACTS (IDCs) A-E SERVICES IN SUPPORT OF TULSA DISTRICT (SWT) MILITARY AND INTERNATIONAL AND INTERAGENCY SERVICES

Notice Date
8/14/2020 5:37:09 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV20R0068
 
Response Due
9/14/2020 12:00:00 PM
 
Archive Date
09/29/2020
 
Point of Contact
Rudolfo J. Morales, Phone: 9186697275
 
E-Mail Address
rudolfo.morales@usace.army.mil
(rudolfo.morales@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SURVEYING, MAPPING AND RELATED GEOSPATIAL SERVICES INDEFINITE DELIVERY CONTRACTS (IDCs) A-E SERVICES IN SUPPORT OF TULSA DISTRICT (SWT) MILITARY AND INTERNATIONAL AND INTERAGENCY SERVICES � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� W912BV20R0068 1. CONTRACT INFORMATION:� General: This A-E Services Contract is being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR) Subpart 36.� Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.� This announcement is being advertised as �Small Business� under NAICS code 541330, engineering services. The contract is anticipated to be awarded in September 2020. It is anticipated that up to three (3) contracts will be awarded from this announcement and the total shared capacity of $30,000,000.� The length of each contract is a maximum ordering period of 5 years and will have a 3-year base ordering period and one two (2) year option period. A Minimum Guarantee amount of $2,500 will apply to the Base Period only. The contracts awarded under this announcement will be administered by the Tulsa District and has nation-wide boundaries for support to the Real Estate Program Management Office for Air Force military and international and interagency real estate mission.� Indefinite Delivery Contracts will be negotiated including labor rates for each discipline and overhead rates for the contract period. Profit will be negotiated in each task order not in the basic contract. a. Contract Award Procedure:� Before a business is proposed as a potential contractor, they must be registered in the System for Award Management (SAM) database.� Register via the SAM internet site at http://www.sam.gov.� The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. After review of the SF330s, the most highly qualified firms will have interviews (discussions) as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria. b. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. c. Place of Performance: Projects are anticipated to be primarily actions to support Real Estate Surveying, Mapping, and Geospatial Service needs for the Real Estate Program Management Office over the next five years, and is intended primarily to support Air Force military and IIS support.� The geographic boundary will be nation-side and contract capacity may be transferred to other districts within USACE. d. Contractor Manpower Reporting:� The contractor will be required to report all contractor labor hours (including sub-consultant labor hours) required for performance of services provided under this contract via a secure data collection site with the exception of civil works funded task orders.� The contractor will be required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.� Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs from October 1 through September 30.� While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. 2. PROJECT INFORMATION:� A-E services may include but not be limited to the following: Architect Engineering (A-E) Services to include real estate land boundary, topographic, photogrammetric, planimetrics, utilities (surface and sub-surface), building interiors, coordinate systems and geographic conditions.� Products submitted will be in a CADD/GIS format or coordinate geometry files.� Additional related geospatial services include the creation and management of geodatabases, spatial and attribute analysis of geodatabases using standard or custom programs and applications, and implementing web-based interactive mapping products. All anticipated services are covered under the Brooks Act.� Specific outcomes and deliverables will be defined in each Task Order.� 3. SELECTION CRITERIA: Selection of the primary criteria (FAR 36.602-1) shall consist of the following in descending order of importance: (1) Specialized experience and technical competence in type of work required; (2) Professional qualifications necessary for satisfactory performance of required services; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; and (5) Location in the general geographical area of the project and knowledge of the locality of the project. Should two firms be technically equal based on the previous criteria, secondary criteria shall consist of the following: (1) volume of work awarded by DoD during the previous 12 months and (2) superior performance evaluations on recently completed DoD contracts. The evaluation board shall hold discussions with the minimum number of highly qualified firms �and prepare a selection report for the selection authority recommending, in order of preference, the firms that are considered to be the most highly qualified to perform the required services. The report will include a description of the discussions and evaluation conducted by the board, allowing the selection authority to review the considerations upon which the recommendations are based. (a) Specialized Experience and Technical Competence: (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330). Firms should submit projects that demonstrate breadth, depth, and complexity of specialized experience was well as their technical competence within the past 10 years in successfully managing and performing services in a manner that complies with Federal, State, and Local laws and regulations. In Section F of the SF330, cite whether the experience is that of the Prime (Joint Venture), Consultant, or an individual.� Work cited that is experience of the Prime (or Joint Venture) from an office other than that identified in Section B shall be so labeled. Firms shall submit projects as outlined below.� A project is as defined in Section 4(f) Submission Requirements below.� Experience not consistent with the definition of a project will not be considered. Submit at least fifteen (15) Example Projects in SF-330 Section F that demonstrates experience with the following: �Collecting and processing of 2D and 3D aerial photography, georectified orthophotography, mobile and aerial LiDAR collection, processing, and analysis, field survey data using electronic total station with data collector, survey grade GPS equipment capable of subcentimeter measurement accuracy, and other CADD/GIS data processing equipment. Using data collected and processed from orthophotography, LiDAR or field surveys, expertise in producing survey and mapping data for vertical and horizontal controls, digital elevation and terrain models, topography, contours, surface and sub-surface utilities (including SUE levels A, B, and C), building interiors, roads and bridges, in-stream structures, planimetric, and construction layouts. Conducting coastal land surveying and collecting and processing data at tidally influenced locations. Conducting real estate surveys including boundaries, monumentation, researching/locating deeds of tract/parcel owners, plat submittals and recordation, and metes and bounds descriptions under the direct supervision and review of a Land Surveyor licensed to perform land surveys in the state in which the work is being performed. Conducting utility surveys of electrical and communication instruments and appurtenances including poles, guy wires, transformers, pullboxes, handholes, manholes, ducts entering manholes, cables, and Appurtenant features � all actions must be compliant with the US Army Corps of Engineers and industry safety regulations and procedures such as confined space requirements. Delivering survey and mapping products in the including but not limited to the following format and media: hardcopy or digital (2D or 3D), MicroStation, AutoDesk, HYPACK, ESRI compatible file types, USGS raster formats, geotiff, and Mr. SID, on CD-ROM, optical rewriteable disks, or internet file transfer protocol. Products delivered will comply with applicable ASPRS, FGCD metadata standards compliance, and SDSFIE (Spatial Data Standard) and AEC (Architectural Engineering CADD) standards. Geospatial services including: Geodatabase development and editing (ArcGIS). Geospatial data and map service development, data management, metadata creation/management, data conversion, data integration, data analysis, data modeling, cartographic production, cadastral mapping (terrestrial and marine), thematic mapping, geospatial software application development, data attribution, spatial analyses and interpretation; programmatic geoprocessing; CADD conversion and CADD/GIS interoperability; implementing and maintaining web-pages and web-portals using ArcGIS Enterprise compatible products. (b) Professional Qualifications: The criteria will include a review of proposed personnel, in the following disciplines:� (either in-house or through consultant) and disciplines with registration where applicable:� Program Management, Project Management, Professional Land Surveyor, Photogrammetrist, Survey Party Crew Chief, CADD Technician, GIS Analyst, Geospatial Database Administrator, GIS Programmer, and System Administrator.� These disciplines are considered Key Personnel and may be employees of the Prime or team Subcontractors, with the exception of the Program Manager, who must be an employee of the Prime. The offeror shall propose not more than three (3) personnel in each discipline with the exception of the Program Manager.� The offeror shall propose one (1) Program Manager. Resumes for disciplines other than listed above will not be considered. The resumes shall demonstrate a minimum of five (5) years of experience. �The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead designers on the projects listed in Section F of the SF 330. (c) Past Performance:� Past Performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources, PPIRS, and CPARS. Letters of recommendation from customers addressing your firm's cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. The Government is not required to seek other information on the past performance of a firm if none is available from PPIRS/CPARS.� In a situation where a Firm was a sub-consultant and no PIPRS or CPARS record exists in their name, completed PPQs may be submitted (after Section H) as records of the Firm�s past performance.� These PPQs will be excluded from the page limitation.� However, the Firm must provide the required narrative of their past performance in this Section. (d) Capacity: Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will review Part II of the SF330 to evaluate the overall capacity of the team. Include a Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. Firms should demonstrate a strong ability to provide comprehensive program and project management for complex work. Firms shall demonstrate ability to initiate, manage, and complete multiple concurrent task orders. (e) Location in the Geographical Area and Knowledge of Locality. The primary area to be covered by the awarded IDCs is nation-wide.� Submitting firms should demonstrate knowledge of surveying, mapping, and related geospatial services in multiple states.� In addition, the firm shall address ability, through prime or subcontract, to respond and successfully execute on a nation-wide basis. The evaluators will review projects identified in Section F, the specific experience of the listed key discipline in Section E, and additional information in Section H. (f). Volume of DoD contracts. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A-E firms including firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS:� Hard copy submittals will not be allowed.� Submittals should be sent to U.S. Army Corps of Engineers, Tulsa District, Mr. Rudy Morales electronically via the DoD SAFE website, https://safe.apps.mil/, no later than 2:00pm, CST on 14 September 2020. Non-CAC users will not have the capability to upload proposals or documents without a drop-off request. Once a drop-off request has been created, it will be valid for 14 days; therefore, we request that you submit your drop-off request two to three days prior to the submission due date.� Drop-off requests should be sent to Mr. Morales at rudolfo.morales@usace.army.mil and Mr.Brian Hutchison at Brian.C.Hutchison@usace.army.mil. Offeror�s are reminded to allow sufficient time for their submittals� files to upload, transmit, and timestamp.� Therefore, waiting until the last minute to attempt transmission of your proposal could result in your submittal being deemed late should the website encounter performance or technical issues. All questions must be submitted through the Bidders Inquiry System at https://www.projnet.org/projnet. To submit and review bid inquiry items, offerors 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, and enter the Bidder Inquiry Key for this solicitation listed below, your e-mail address, and then click login.� Fill in all required information and click create user.� Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add an inquiry. Bidders will receive an acknowledgement of their question via e-mail, followed by an answer to their question after it has been processed.� The Bidder Inquiry Key is AAHYMY-M8J728 for this Solicitation. (a) Interested firms having the capabilities and qualifications to perform this work must submit one copy of SF 330 (8/2016 Edition) including Parts I and II as described herein not later than 2:00 p.m. (Central Time) on the response date as above. The date and time are strictly enforced and late packages will not be considered. Late proposal rules found in FAR 15.208 will be followed for late submittals. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $15 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. (d) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes shall not exceed two pages. (f) In Section F, a maximum of 15 projects for the total proposed Team (including the prime and consultants) shall be provided. Section F shall not exceed thirty (30) pages. Submitted projects shall be at least 75% physically completed within the last 7 years prior to the submission due date. A project is defined as: � In order to be deemed a �project�, it must meet one, and only one, of the following: 1 single Task Order against an IDC (a �D� contract) covering work performed at one single site; or 1 single Task Order against an IDC (a �D� contract) covering work at multiple sites within one single installation or facility; or 1 single �C� type contract (not a �D� contract) covering work performed at one single site; or 1 single �C� type contract (not a �D� contract) covering work performed at multiple sites within one single installation or facility; or 1 single Task Order against an IDC (a �D� contract) covering work performed at multiple but separate locations, meaning different cities, states, etc.; or 1 single �C� type contract (not a �D� contract) covering work performed at multiple but separate locations, meaning different cities, states, etc. (g) In Section G, block 26, along with the name; include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3.� Do not exceed twenty (20) pages for Section H. (i) In Section H of the SF 330, Part I, firms must show their last 12 months of DoD contract awards stated in dollars (see 3(e) above). Provide an itemized summary of DoD awards to include Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts must not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. The offeror shall provide their list of DoD contracts awards summary on a new Section H Additional Sheet and the last contract award being the last item identified on the last page (i.e. no other Section H information). The list of DoD contract awards will be excluded from the 20-page limitation. (j) In Section H, Part I, SF 330 Generally, describe the firm's Quality Management Plan (QMP). The Management Plan should reference and explain the organizational chart submitted in Section D as well as include a narrative identifying the roles and responsibilities of the proposed team.� The Plan shall clearly identify lines of communication and subcontractor management. A project-specific detailed QMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Section H. Front and back side use of a single page will count as 2 pages, and print type used in charts, graphics, figures and tables may be smaller than 11 font but must be clearly legible. For any of the text, use no smaller than 11 point font.� Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. (k) Personal visits to discuss this announcement will NOT be entertained. (l) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting � Rudy Morales (918)-669-7275. This is not a request for proposal. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5c37c4202bc24cd0bed03ceac0d6f18e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05758224-F 20200816/200814230150 (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.