The RFP Database
New business relationships start here

INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) A&E CONTRACT FOR SURVEYING, MAPPING AND RELATED SERVICES WITHIN THE NEW ORLEANS, VICKSBURG, MEMPHIS, GALVESTON, JACKSONVILLE, AND MOBILE DISTRICTS


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

INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) A&E CONTRACT FOR SURVEYING, MAPPING AND RELATED SERVICES WITHIN THE NEW ORLEANS, VICKSBURG, MEMPHIS, GALVESTON, JACKSONVILLE, AND MOBILE DISTRICTS



1. CONTRACT INFORMATION: No additional information shall be provided and no solicitation will be issued. Interested firms shall respond by submitting a SF 330 listing their qualifications in accordance with the instructions below. Submittals must be received at the address indicated above not later than 2:00 pm Central Time on 8 May 2019. This is not a Request for Proposal. The resulting contract(s) 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 services. North American Industrial Classification System Code is 541370, which has a size standard of $15,000,000 in average annual receipts. This Multiple Award (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) announcement is for (2) contracts that are open competition to small business firms qualifying. The resulting contract will be a Firm Fixed- Price Indefinite Delivery/Indefinite Quantity type contract. Two (2) contract awards are anticipated, with a performance period of 5 years, with four negotiated rate escalations at each year after the initial first year. The contracts will not exceed $6,000,000 each. Work will be issued by negotiated firm fixed-price or labor-hour task orders. Responding firms must address each A-E Selection Criteria and clearly indicate which shall be subcontracted, and provide a separate SF330 for each subcontractor as necessary. To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov.

2. PROJECT INFORMATION: Surveying services are to be accomplished through Task Orders, which shall consist of the following tasks:


a. FIELD TASKS: Topographic, planimetric, cadastral and control surveys including GPS vertical surveys, setting staff gages, automated hydrographic surveys including, overbank surveys and control surveys in rivers, bays, lakes, the Gulf of Mexico, navigation channels, along levees and other areas primarily within the New Orleans District, and to a lesser extent within the Mississippi Valley Division (Vicksburg and Memphis Districts), and will also include Galveston, Jacksonville, and Mobile Districts. The primary geographical area of work will be within Louisiana for the New Orleans District; however, the contract capacity may be shared with the Vicksburg District for work in Louisiana and Mississippi; Memphis District for work in Tennessee; and Galveston, Jacksonville, and Mobile Districts to support Gulf Coast Region. Firms shall provide sufficient surveying vehicles and equipment and sufficient technical supervisory and administrative personnel to ensure expeditious completion of all task order assignments.


b. OFFICE TASKS: Services shall include processing, analyzing, computing and compiling the above types of surveys, creating digital elevation models, topographic maps, and other CAD/GIS products from collected data, researching titles and preparing abstracts for servitudes, rights-of-way, etc., graphically depicting the survey data and certifying the resulting hard copy as a validity check. Use of industry standard survey data processing software, MicroStation CAD tools and ESRI GIS tools will be required for survey data deliverables. Data deliverables shall be required to comply with USACE Hydrographic, Topographic, and GPS Engineer Manuals and the USACE New Orleans District Guide for Minimum Survey Standards. The contractor shall be able to furnish all task order products and survey data via a secure File Transfer Protocol (FTP) (or equivalent) Server.


To be considered for selection, firms shall demonstrate experience in the services stated above, including hydrographic surveys with DGPS equipment and topographic surveys, total station and data collector, State of Louisiana VRS, and RTK GPS systems; have available at least one professional registered land surveyor and one abstractor; have at least three 3-person conventional survey parties; one 2-person hydrographic survey party, and one 4-person Global Positioning System (GPS) party capable of performing various types of GPS Surveys.


3. SELECTION CRITERIA: The selection criteria are listed below Criteria a through e are primary. Criterion f is 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).


PRIMARY CRITERIA:


a. Specialized Experience and Technical Competence: Submittal must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five years in the types of services specifically indicated above in paragraph 2. "PROJECT INFORMATION", to include automated single transducer hydrographic surveying, multibeam hydrographic surveying, hydrologic gaging surveying, conventional surveying, and GPS Surveying, both static and RTK.


b. Professional Qualifications: The submittal must identify the qualifications of personnel in key disciplines, typically: (1) Registered Land Surveyors, with State of Louisiana licensing, (2) GIS Professionals (3) Cartographers, (4) Civil Engineers and (5) Survey, CAD, GIS, photogrammetric and/or engineering technicians. Demonstrate professional qualifications necessary for satisfactory performance of required services. The evaluation will consider the education, training, licensing, certification, overall and relevant experience, and longevity with the firm.


c. Knowledge of Locality: Submittals must demonstrate familiarity with the New Orleans District's area of operation and have experience in Louisiana.


d. Capacity: Submittals must demonstrate the capability to perform at least two task orders simultaneously within prescribed schedules. The prime must be capable of performing more than 50% of the assigned task order work during any fiscal year throughout the contract. The evaluation will consider the joint experience of the firm, and any joint venture partners or consultants, in similar projects and the availability of an adequate number of personnel in key disciplines to complete the task orders within normal schedules. The evaluation will consider the key persons identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II.


e. Past Performance: Past performance of the A-E, joint venture partners, and key subcontractors on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from CPARS, PPIRS and other sources.


SECONDARY CRITERIA:


f. Geographic Proximity: The location of the firm, or firms, and its survey crews' stationing, with primary responsibility for the contract with respect to time and distance to the New Orleans District headquarters.


4. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit five printed copies and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than 1400 hrs Central Time on the closing date of this announcement.


The eight evaluation criteria listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information.Include the firm's DUNS Number in Block 4 of the SF330.  The evaluation factors listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information.


The SF 330 Part I shall not exceed 100 pages (8.5 x 11 inch sheets), including no more than 50 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than point size 11. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP .


Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineers, New Orleans District, Attn: Bridget Bonnecarrere, Room 326, 7400 Leake Avenue, New Orleans, LA 70118-1030. Refer to Announcement No. W912P819R0007.


5. POINTS OF CONTACT:


a. Primary Point of Contact: Bridget Bonnecarrere
Email: Bridget.M.Bonnecarrere@usace.army.mil

b. Secondary Point of Contact (if primary is not available): Bradley Cox
Email: Bradley.A.Cox2@usace.army.mil


 


Bridget Bonnecarrere, Contract Specialist, Phone 5048622876, Email Bridget.M.Bonnecarrere@usace.army.mil - Bradley A. Cox, Phone 5048621083, Email bradley.a.cox2@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP