The RFP Database
New business relationships start here

INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR HYDROGRAPHIC SURVEY AND RELATED SERVICES, VARIOUS LOCATIONS, ALASKA


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

Description

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 Alaska time on October 20, 2016. This is not a request for proposal. This Indefinite Delivery 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 work. North American Industrial Classification System code is 541370, which has a size standard of $15,000,000 in average annual receipts. This announcement is open to small businesses.

One contract award is anticipated. Please note: This District currently has a contract in place for like services. The allocation of requirements between existing contracts and any new contract will be based on the assessment of best value for the Government, and may include a unilateral assessment by the Government of any or all of the following unranked issues:


a. Equitable allocation of work among contracts;
b. Specific and unique capabilities;
c. Capacity of the contractor to perform the anticipated type of work;
d. Timeliness and historical work performance;
e. Required delivery schedules;
f. Experience and/or ongoing work (locality and/or type);
g. Cost sharing between the task orders;
h. Understanding of local factors and geography;
i. Remaining contract capacity;
j. Potential for on-going work from the task order;
k. Cost to attend meetings, mobilize/demobilize, etc.;
l. Potential variability of work;
m. Ease of negotiation completion; and
n. Locally available personnel.


The contract shall be indefinite delivery firm fixed price with a contract limit of $6,000,000 over a term of five years (base of 3 years and two 1-year option periods). There is no specific task order limit except the limit of the contract. The contract award is anticipated for the 2nd quarter of FY 2017 (January-March 2017). Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 for each subcontractor. All responders are advised that this contract may be canceled or revised at any time during solicitation, selection, evaluation, negotiation or final award. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guarantee work to the selected firm. To be eligible for contract award, the firm must be registered in the System for Award Management (SAM) at www.sam.gov


2. PROJECT INFORMATION: Typical types of services to be provided are multi-beam and single-beam hydrographic surveys for harbor and channel projects, but may also include topographic surveys, aerial photography and mapping (LIDAR), terrestrial laser-scanning, GPS control, 3D digital mapping, tidal datum determinations, office computations, and other specialized surveys for use in developing construction contract plans and specifications. The selected firm must demonstrate the ability to provide Autodesk Civil 3D formatted drawings and all support files that conform with the Corps of Engineers CADD/GIS Technology Center A/E/C CADD Standards (version 5.0) using the most recent version of the Autodesk Civil 3D at the time of contract award and follow-on task order award. The AE selected will be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. It is estimated that 80% of the work under this contract will be hydrographic surveying and 20% will be topographic surveying.


3. LOCATION: Primarily various locations in Alaska, but may be utilized outside Alaska on an exception basis.


4. SELECTION CRITERIA: The following selection criteria are listed in the descending order of importance. Criteria (A)-(F) below are primary selection criterion. Criteria (G)-(H) below are secondary and will only be used as tie breakers among technically equal firms. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 (Part II) (3/2013) for each subcontractor


(A) Professional Qualifications: Minimum of one surveyor who possesses a current hydrographic certification from the American Congress for Surveying and Mapping (ACSM) and the Hydrographic Society of America (THSOA) to oversee all hydrographic surveys. Preference will be given to a firm with this person permanently on staff. Minimum of one surveyor who possesses a current land surveyor's license with the State of Alaska, to be in responsible charge of all topographic and control surveys. Preference will be given to a firm with this person permanently on staff. Provide resumes for field crew members who will be performing the surveys in the field to include 3 party chiefs and 6 staff surveyors. Provide resumes for 2 office staff processing the surveys. If a person is fulfilling multiple roles, list all roles in in Section E, block 13 with their primary role listed first. Responding firms MUST address each discipline, and clearly indicate which shall be subcontracted.


(B) Specialized experience and technical competence as follows: (1) The AE must have five years of experience in hydrographic surveying with at least two years of direct technical responsibility for hydrographic surveying of navigable harbors and channels, (2) minimum of 3 years of experience performing surveys using real-time kinematic global positioning systems (RTK GPS) for vessel positioning and hydrographic surveying, (3) minimum of 3 years of experience in the use of Autodesk Civil 3D software (4) experienced staff available for operation of a vessel during survey operations, (5) an electronic positioning and depth finding system utilizing modern surveying software which will predominantly be multi-beam, (6) demonstrated experience performing terrestrial laser scanning surveys, (7) demonstrated experience performing precise horizontal and vertical control surveys, and (8) capability to perform multi-beam survey work.


(C) A quality management plan that will be used for this contract, to include a description of the processes that will be used to ensure that quality products are provided to the government. The plan should address the quality control processes that will be used by the contractor, and how those processes will complement and support the government's quality assurance role. This plan must describe the organizational structure of the proposed team to support this contract and detail responsibilities and authorities of key personnel in relationship to the overall organization of the firm. If disciplines are not available in-house, the prime AE firm must demonstrate the ability to manage subcontractors in other disciplines.


(D) Knowledge of locality: (1) staff with the knowledge of Alaskan weather and water conditions, (2) availability of AE, either in person or telephonically, to meet bi-weekly with Corps personnel at the Alaska District headquarters in Anchorage, (3) the ability to mobilize to Alaskan sites within 48 hours for response to emergency situations, and (4) demonstrated experience performing hydrographic and topographic survey work in remote areas of Alaska.


(E) Capacity to maintain schedules and accomplish required work on six (6) simultaneous task orders.


(F) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with schedules, as determined from CPARS and other sources.


NOTE: Criteria G-H are secondary criteria and will only be used as 'tie-breakers' among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are:


(G) Geographic proximity of the firm in relation to the work.


(H) Volume of DOD contract awards in the last 12 months, with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms, including small businesses and small, disadvantaged businesses.


5. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit TWO (2) copies of SF 330 Part I and TWO (2) copies of SF 330 Part II for the prime firm and all consultants. The 03/2013 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/portal/forms/type/SF or from commercial software suppliers for use with personal computers and laser printers in Adobe Acrobat PDF format. The SF330 must include the following additional information as indicated: a) Part I, block C (11): include if the prime firm has previously worked with each subcontractor listed and the estimated percentage involvement in terms of cost of contract performance incurred for personnel for each team member; and c) Part I, block H (30): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project.


Offerors must mail or deliver SF330 packages to be received no later than the date and time stated on in this Notice. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. Questions can be directed to the Contract Specialist/Contracting Officer listed below.


Offerors are advised to plan accordingly. No arrangements will be made by the government to assist in SF330 package delivery. Day-pass procedures will not be used for delivery purposes nor are there pick-up services. No escort services will be provided. It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals. Due to heightened security at Government installations, visitors to Joint Base Elmendorf-Richardson (JBER) must use the Boniface Gate or Fort Richardson Gate (Visitor Centers). All vehicle occupants are required to wear seatbelts and hand-held cell phone usage by vehicle operators while driving on base/post is prohibited. Violators will lose their Base/Post driving privileges for these offenses.


For offerors who will have their SF330 package hand-delivered, or use personal delivery services such as DHL, UPS or FedEx, the delivery must be by person, courier or personal delivery service with active base access.



Mailing Address:
U.S. Army Corps of Engineers, Alaska District
ATTN: CEPOA-CT (Kim Tripp, Rm 30)
PO Box 6898
JBER, Alaska 99506-0898


Physical Address:
U.S. Army Corps of Engineers, Alaska District
ATTN: CEPOA-CT (Kim Tripp)
2204 3rd Street, Room 30
JBER, Alaska 99506


SF330 packages will be accepted in Room 30 during Alaska District Corps of Engineer business hours (7:30 AM to 4:30PM) Monday through Friday excluding holidays but not later than the date and time specified. Submitters are advised that the Alaska District Corps of Engineers building has limited access. Only the main door (in front under the Corps of Engineers red flag facing Second Street/Talley Road) and the atrium doors (the tan addition to the main building located on Third Street/Fairchild Avenue) are open to individuals without a building pass. Room 30 is located in the basement level (turn right if using the main stairs or elevator). There is a date/time stamp located at the front desk in Room 30 and is the official clock used for SF330 package receipt.


The Packaging that contains the SF330 package shall be marked:
"Response to Presolicitation Solicitation Number: W911KB-17-R-0009, DO NOT OPEN"


Contracting Division Points of Contact:


Contract Specialist: Kim Tripp, 907-753-2549, Kimberly.Tripp@usace.army.mil
Contracting Officer: Christine Dale, 907-753-5618, Christine.A.Dale@usace.army.mil


Place of Performance
Address: US Army Corp of Engineers, Alaska District, CEPOA-CT, P. O. Box 6898, JBER, AK 99506-0898


 


Kimberly D. Tripp, Contract Specialist, Phone (907) 753-2549, Email kimberly.tripp@usace.army.mil - Christine A. Dale, Contracting Officer, Phone (907) 753-5618, Fax (907) 753-2544, Email christine.a.dale@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP