The RFP Database
New business relationships start here

Architectural-Engineering (A-E) Contracts for Master Planning and Geographic Information Systems.


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT ANNOUNCEMENT to be used for Market Analysis only, to determine whether a minimum of 3 highly qualified A-E firms, capable of performing all of the stated types of A-E services, exists within the Small Business Community. ALL SMALL BUSINESS CONCERNS, INCLUDING 8(a) PROGRAM PARTICIPANTS, HUBZONE, SMALL DISADVANTAGED, WOMAN-OWNED, VETERAN-OWNED OR SERVICE DISABLED VETERAN-OWNED SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION IS AVAILABLE AT THIS TIME.


1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on their ability to demonstrate competence and qualifications for all of the required work elements. This procurement will be conducted under North American Industrial Classification System Code (NAICS) 541330, FSC Code: C219, SIC Code: 8711. The small business size standard for this code is $15,000,000.00. To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three fiscal years cannot be more than $15,000,000.00; if the average revenue for the last three fiscal years is over $15,000,000.00, the respondent is not considered a Small Business. All respondents, in their response to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is classified as a Small Business concern, 8(a) Program participant, HUBZone Small Business concern, Small Disadvantaged Business concern, Woman-owned Small Business concern, Veteran-owned Small Business concern or Service Disabled Veteran-owned Small Business concern. All questions regarding this project or size status should be directed to the Contracting Officer, Carolyn Mallory, at (916) 557-5203, fax (916) 557-7854, email Carolyn.E.Mallory@usace.army.mil, and Contract Specialist, Harold Williamson, at (916) 557-5196, email Harold.Williamson@usace.army.mil.


When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The Government anticipates issuing two (2) Small Business, IDIQ contracts, Firm-Fixed-Price (FFP), Multiple Award Task Order Contracts (MATOC) for five (5) years, consisting of a base contract period of three (3) years and an option to extend the contract term by an additional two (2) years. This MATOC will have a combined capacity of $9,800,000.00. The full $9,800,000.00 will be available for the base year and any remaining funds will carry over once the option year is exercised. The options may be exercised at the discretion of the Government. Task orders may range from $25,000.00 to $1,500,000.00 depending on the complexity of work. If the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.


2. PROJECT INFORMATION: A-E services are required to provide Master Planning and Geographic Information System (GIS) related services to the U.S. Army Corps of Engineers (USACE) for various Federal, State and local agencies. The work will be located within the boundaries of the South Pacific Division (SPD). SPD includes both military boundaries (CA, NV, UT and AZ) and civil works boundaries (CA, NV, UT, AZ, NM and portions of OR, ID, TX, CO and WY).


This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for master planning and GIS related services. A specific statement of work will be issued with each task order. 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). Firms should indicate personnel and subcontractors selected to work on the contract and state their management structure.


3. QUALIFICATIONS: All interested Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas:


a. Conduct all aspects of Master Planning and Geographic Information Systems (GIS) for Department of Defense installations and bases; GIS for civil works projects, municipalities, cities, counties, as well as other federal and state agencies. Preparation of U.S. Army and Air Force master plans, various miscellaneous engineering studies involving facilities, infrastructure, application of sustainable design and development concepts and rating systems such as Leadership in Energy and Environmental Design (LEED), and/or operational activities on military installations.


b. Services may include Planning; Programming; LEED/Sustainable Planning; Engineering Studies; Installation Sustainability Assessment (ISA) Planning Studies; Encroachment Sustainability (ESAP) Planning Studies; Architectural Compatibility Planning Studies; Conceptual Design Documents (CCD); NEPA activities related to Master Planning; Comprehensive Planning; Area Development Plans (ADPs); Installation Design Guides (IDGs); Architectural Compatibility Guides; Installation Status Reports (ISR); Concept Charrette Documents (CCDs); utility studies; Automated Mapping and Facility Management; Facility Use Surveys (FUS); Facility Optimization Study; Real Property Database Updates; Installation Planning Studies (IPS), Facility Management, Vision Plans, and all other military master planning elements as described in the Unified Facilities Criteria (UFC) for Installation Master Planning, UFC 2-100-01.


c. Services may consist of preparation of utility analyses/plans, development of project programming documents to include DD Forms 1391s with backup justifications, (area development guides and area development plans); cost estimates, Project Development Brochures, Requirements Analysis Management Plans, environmental assessments and/or environmental impact statements related to the master planning process, installation design guides and economic analyses.


d. Services may consist of all aspects of Geographic Information Systems (GIS) and Computer Aided Design and Drafting (CADD) data creation, preparation, database creation, or database management. Work may also consist of evaluation of requirements for hardware and software, training, needs analysis, management of Automated Mapping (AM)/Facilities Mapping (FM)/CADD/GIS systems, coordination and sponsorship of related conferences and the integration of AM/FM/CADD/GIS functions with other engineering systems and analysis models. Work may include 3-D modeling, graphics, videos and renderings.


e. Work may also include collection of field data using hand-held PCs/devices/survey grade units using GPS and field GIS software. Work may also include establishing Enterprise GIS (EGIS) at various Government locations. Work may include posting to Department of Defense (DoD) Intranet/Internet servers. Work may include the digitization and/or scanning of maps, drawings, plans, photos and building plans with interior utilities. (1) Development of Enterprise Geographic Information Systems (field, desktop and Internet based) to support Master Planning and facility management. (2) Ability to prepare paperless master plan utilizing the Internet World Wide Web (WWW) sites and electronic medium to access and display data, and link to EGIS.


f. Services may include real property facility surveys with associated databases. Services may be required to convert digital information to CD/DVD or other media for presentation. The firm selected may be required to supply macros and user commands for various software packages, environments/languages in a documented format.


g. Work may be performed in an ArcGIS, AutoCAD, Microstation, Google Earth, Sketchup, ArcServer, ArcGIS Online, ArcGIS Pro as well as equal environment industry products. Firms shall have knowledge of corporate/enterprise databases such as Oracle, MS SQL Server, or equal. GIS work may be field, desk top or Intranet/Internet based. Firms may be required to develop electronic plans as the project medium. Firms should also possess the ability to professionally create professional graphical products utilizing Adobe CS Suite and be able to work with GIS or CAD data for production of maps, posters, document graphics, presentation graphics, and 3D graphics.


h. Firms must have the capability to provide new aerial color photography and false color infrared photography, LIDAR, aerial surveys and photogrammetric products, including mapping and may be required to establish horizontal and vertical ground control using global satellite positioning or other techniques such as conventional surveying. Incidental planning documents such as sketches, technical specifications, 3-D layouts and project plans may be needed as part of these efforts.


i. The contractor shall have the capability to develop CADD and GIS maps and plans including preparation of planning applications and associated documentation. This and other related work may require the contractor to use computer models and conduct pilot projects to predict the planning impacts of mission changes at an installation. Master Planning and GIS training may be needed.


j. This work will include the preparation and reproduction of all necessary training materials including overheads, Power Point slides, training manuals, and exercises. Other miscellaneous services that may be required as part of this work including the creation and population of electronic database including the use the Geographic Information Systems with ESRI products or equal. Providing public and regulatory agency meeting support may be required.


k. Primary disciplines required are: Planners, Geographers, Architects, Civil Engineers, and each individual's education, training, certification, appropriate accreditation, and registrations, overall relevant experience and longevity with the firm. Secondary disciplines required are: Geologists, Economists, Mechanical Engineers, Electrical Engineers, Environmental Scientists, at least one registered land surveyor, GPS technician, Photogrammetrist, GIS Programmer, GIS Systems technician, CADD technician, draftsman, and aerial photographer.


4. SUBMISSION REQUIREMENTS: All interested Small Business firms, including 8(a) program participant,
HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting statements of qualifications following these instructions. Additionally, firms must be capable of responding to and working on multiple task orders concurrently. The qualification statement is limited to 6 pages total; however, your certification of type of small business is required with this submittal, but will not be counted in the total pages. The responses must be specific to each of the qualifications listed above to show that the respondent meets each qualification or has the skills and experience; if a response does not show that the respondent meets each of the qualifications and possesses the skills and experience, it will not be considered by the Government. Again this is not a request for proposals or quotation; there is no solicitation available at this time. A determination by the government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, small business, etc. or unrestricted is within the discretion of the Government.


All responses are to be submitted as two hard copies and one electronic to the US Army Corps of Engineers, Sacramento District.


Carolyn E Mallory, Contracting Officer, Phone 916-557-5203, Fax 916-557-7854, Email Carolyn.E.Mallory@usace.army.mil - Harold Williamson, Contract Specialist, Phone 9165575196, Email Harold.Williamson@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP