The RFP Database
New business relationships start here

Indefinite Delivery Type (IDT) Contract for up to Three (3) IDT Contracts for Surveying and Mapping Services primarily within the 3 Districts (Memphis, Vicksburg and New Orleans) that comprise the lower portion of the Mississippi Valley Division


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

Title: Indefinite Delivery Type (IDT) Contract for up to Three (3) IDT Contracts for Surveying and Mapping Services primarily within the 3 Districts (Memphis, Vicksburg and New Orleans) that comprise the lower portion of the Mississippi Valley Division of the U.S. Army Corps of Engineers. (Restricted to Small Business Firms)

This Pre-solicitation Notice is for interested firms to submit their SF 330 by January, 14, 2019, 1600 hours, CST. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work in accordance with the Brooks A-E Act. This is not a Request for Proposal.


1. CONTRACT INFORMATION: This 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. SF 330s are due by Close of Business on January 14, 2019,1600 hours, CST. Up to Three (3) indefinite delivery contracts may be negotiated and awarded as a result of this solicitation. Each contract will have a performance period of five (5) years.


The work will be accomplished primarily within the Vicksburg District, but may be within the Mississippi Valley Division (MVD) and other areas as needed to support the mission of the US Army Corps of Engineers. Each contract will be 1,825 days from the date of contract award or exhaustion of the contract value of $10.0 million, whichever comes first. Work will be issued by negotiated firm-fixed price or labor-hour task orders. It is anticipated that the estimated workload for each year will be $2.0 million. The cumulative total of Task Orders issued over the life of the contract shall not exceed $10.0 million. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload.


Contract award is anticipated in July 2019.


This announcement is a total Small Business set-aside, which includes Small Disadvantaged Businesses, Section 8(a) Firms, HUBZone Small Businesses, Women-owned Small Businesses, Veteran-owned Small Businesses, Service-disabled Veteran-owned Small Businesses, and Historically Black Colleges or Universities/Minority Institutions. The small business size standard for surveying and mapping services is 15,000,000, NAICS code 541370.


2. PROJECT INFORMATION: A-E service capabilities are required for various civil works projects and support for other agencies. Work may be comprised of topographic surveys, hydrographic surveys, dredge material measurement surveys, monitoring surveys, construction layout surveys, geodetic control surveys, mobile laser scanning, boundary and cadastral surveys, GPS surveying and mapping. Firms with demonstrated specialized experience, competence and qualifications pertinent to survey engineering, geodetic surveying, land and boundary surveying, hydrographic surveying, mapping (MicroStation and InRoads capability required) and related services are desired for consideration. The contract services performed under this contract may support the Government revetment construction project along the Mississippi River located in the Memphis, Vicksburg, and New Orleans Districts. Work areas will normally be within the boundaries of the Vicksburg District, but may also be used anywhere within the geographical boundaries of the Mississippi Valley Division or other missions of the Vicksburg District of the U.S. Army Corps of Engineers. The first contract is anticipated to be on/about -xx---2019, with the contract period of service not to exceed five years from the contract award date, or expenditure of the contract amount, whichever occurs first. Award of any subsequent contracts will be based on projected District workload. Work to be performed is subject to satisfactory negotiation of individual task orders with no one task order to exceed neither $2 million nor the accumulated total of task orders to exceed $10 million for each contract during the five year term of the contract.


3. SELECTION CRITERIA: Selection will be based on the following criteria, which are in descending order of importance with A and B being of equal value. Criteria A through F are primary; criteria G is secondary and will only be used as a "tie-breaker," if necessary in ranking the most highly qualified firms. The firm (either in house or through association with a qualified consultant (s) must demonstrate:


(A) Specialized Experience: The selected firm shall have the capability to provide digital surveying and mapping data in readable and fully operational format on the District's Computer Aided Design and Drafting (CADD) or GIS Systems. Data submission shall be required in native MicroStation design files (.DGN), InRoads digital terrain model files (.DTM), InRoads alignment files (.ALG), and occasionally in GIS (.SHP and Personal Geodatabases) formats. Firms with demonstrated specialized experience, competence and qualifications pertinent to surveying are desired for consideration. Firms considered to be highly qualified will be required to furnish at least five fully equipped survey crews with four-wheel drive vehicles and approved electronic total station surveying instruments and related equipment. Additional crews may be required. Highly qualified firms shall be required to have both code and carrier phase L1/L2 GPS receivers. A firm will be considered if it can demonstrate the capability to provide these personnel and equipment by such means as an increase in staffing, subcontracting, or joint venture. At least two, with a possibility of four, fully automated hydrographic survey systems (single fathometer) operational on a boat not less than 21 feet in length equipped with Coast Guard Radio Beacon DGPS shall be required in addition to ground based crews. Each hydrographic and topographic party provided shall have the capability to collect and process each survey performed at the work site (plot cross sections, compute volumes, revetment re-designs, etc.). One electronic hydrographic sweep system (no booms) on a boat with a length no greater than 30 feet (trailerable) with Coast Guard Radio Beacon DGPS will be required either through in-house capabilities or subcontracting. Additional conventional hydrographic systems may also be required where GPS is unavailable. Firms considered to be highly qualified shall be required to show specialized experience in performing all types of surveys as stated above and subsequent data reduction and plotting utilizing state-of-the-art computer technology.


(B) Professional qualifications: The prime firm and/or its subcontractor(s) (hereinafter referred to collectively as "firm") must have registered Professional Civil Engineers and Land Surveyors on staff. The firm should indicate professional recognition, professional associations, advanced training, certification, and specific work experience of key personnel. The firm should emphasize the qualifications and experience of its management personnel in survey engineering, hydrographic, topographic and geodetic surveying.


(C) Capacity: Firms must demonstrate sufficient personnel in the disciplines necessary to conduct the required work in an efficient manner.


(D) Past Performance: Performance evaluations on previous contracts with Government agencies, including Department of Defense (DOD), and private industry in terms of cost control, quality of work, and compliance with performance schedules will be considered. Additional consideration will also be given to firms that have above average performance evaluations in the type of work described in (A) above.


(E) Knowledge of locality: A firm's knowledge of the locality will be given consideration. The firm should demonstrate its knowledge of the geographical and topographical features of the area within the boundaries of the Memphis District, and its familiarity with the major rivers and tributaries of the area all as related to survey engineering, mapping, and related services.


(F) Geographic proximity: Firms will be evaluated based on their geographic proximity to Memphis, Tennessee, and/or Vicksburg, Mississippi.


(G) Small Business Considerations: Extent of participation of Small Business and Small Disadvantaged Business, in the proposed contract will be given consideration. Firms should list the total amount of the contract anticipated to be subcontracted, name and amount anticipated for small business, name and amount anticipated for small disadvantaged business and name and amount anticipated for women-owned small business.


(H) Volume of DOD Work: DOD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed.


4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one electronic copy (in PDF format submitted on a CD) of SF 330 along with a copy of part II of each sub-consultant's SF 330 to: U.S. Army Engineer District, Vicksburg, ATTN: Technical Services (CEMVK-EC-T), 4155 E. Clay St. Vicksburg, Mississippi 39183-3435, no later than 1600 hours, CST, on XX Mon 2014. Include both the solicitation number and the company's DUNS number on all submittals. Additional copies will be discarded without being reviewed. Note the following restrictions on submittal of SF330; Block E - Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages (one side). Block H-Additional information will be limited to a maximum of 20 pages (one side). Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Ms. Sara Vargas, (601) 631-7021.


APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT.


This is not a Request for Proposal. A fee proposal will be requested at a later date.


****NOTE: Contractors must be registered in the System for Award Management (SAM), for information see http: www.sam.gov.



****TECHNICAL INQUIRIES AND QUESTIONS
ALL Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet (https://www.projnet.org) no later than 5 days prior to bid opening date in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. Approved answers to all timely questions will also be posted on the FedBizOps in the form of a report generated from ProjNet as soon as the comment/question entering period is over and all answers are all finalized.


THE SOLICITATION NUMBER IS: W912EE19O0006

THE BIDDER INQUIRY KEY IS: XMHT85-FQ8636



Specific Instructions for ProjNet Bid Inquiry Access:
1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
2. Identify the Agency. This should be marked as USACE.
3. Key. Enter the Bidder Inquiry Key listed above.
4. Email. Enter the email address you would like to use for communication.
5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form.
6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.
7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.


Specific Instructions for Future ProjNet Bid Inquiry Access:
1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.
2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
3. Identify the Agency. This should be marked as USACE.
4. Key. Enter the Bidder Inquiry Key listed above.
5. Email. Enter the email address you used to register previously in ProjNet.
6. Click Continue. A page will then open asking you to enter the answer to your Secret Question.
7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system.


THE CALL CENTER OPERATES WEEKDAYS FROM 8AM TO 5PM U.S. CENTRAL TIME ZONE (CHICAGO). THE TELEPHONE NUMBER FOR THE CALL CENTER IS 800-428-HELP.


 


 


Penny A. Powell, Contract Specialist, Intern, Phone 6016315248, Email Penny.Powell@usace.army.mil - Lane Vargas, A-E Services Coordinator, Phone 601-631-7021, Email lane.vargas@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP