The RFP Database
New business relationships start here

Survey and Related Services, Various Locations Throughout The Pacific RIM, Primarily Alaska


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

Please note that previous Solicitation No. W911KB-15-R-0031 has been replaced with Solicitation No. W911KB-16-R-0010. When referencing this solicitation use W911KB-16-R-0010. Previous number no longer valid.




DESCRIPTION:


1. CONTRACT INFORMATION: 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. To receive award contractors must be registered in the System for Award Management (SAM). This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 2016 subcontracting goals for this contract are a minimum of 41.50% of the contractor's intended sub-contract amount be placed with small businesses, with 25% of that to small disadvantaged businesses, 5% to woman-owned small businesses, 7% to HUB Zone small businesses, and 5% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. Award of two contracts is anticipated. Each contract will have a 3 year base with a $2,850,000 capacity and one (1) two year option with an additional $1,900,000 added to the capacity for a total contract value of $4,750,000. There will be no specific delivery order limit except that of the contract limit.  Anticipate awards to be staggered, at six (3) to (6) month intervals. The first contract award is anticipated for early third quarter of FY 2016. This District currently has contracts in place for like services.  All responders are advised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov/portal/public/SAM/#1


2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include topographic, hydrographic, tidal determinations (gauging), aerial mapping (LIDAR), GPS control, boundary establishment, 3D digital mapping, office computations and other specialized surveys for use in developing "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 Autodesk Civil 3D at the time of contract and follow-on delivery order award.


3. LOCATION: Various Locations, primarily Alaska, but may include Pacific Ocean locations where the Alaska District has projects.


4. SELECTION CRITERIA: The following primary selection criteria (A-G) are listed in descending order of importance:

(A) Professional personnel in the following disciplines: 2 surveyors licensed by the State of Alaska with a crew of 3 party chiefs and 6 staff surveyors, a photogrammetric specialist, and a hydrographic surveyor with at least 5 years of experience surveying in navigable channels. Responding firms MUST address each discipline, and clearly indicate which shall be subcontracted.
(B) Specialized experience and technical competence: (1) minimum of 3 years experience in the use of Autodesk Civil 3D software, (2) minimum of 3 years of experience in global positioning system (GPS), (3) qualified to conduct precise surveys.
(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. The quality management plan must address the integration of work products of the entire team that is proposed. (NOTE: A detailed quality management plan will be required at the time of a Request For Proposal.
(D) The firm's past performance on DOD and private sector contracts with respect to cost control, quality of work, and compliance with schedules.
(E) Capacity to maintain schedules and accomplish required work on six task orders simultaneously.
(F) Knowledge of the locality.
(G) Demonstrated success in prescribing the use of sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthy, safe, and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design.
Criteria H-J 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:
(H) The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration.
(I) Geographic proximity.
(J) Volume of DOD contract awards in the last 12 months.


5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide TWO printed copies and one PDF searchable copy on CD of the SF 330 and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 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 both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330, describe the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. It is preferred that Part II of the SF330 be submitted with Part I however, the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the SAM website.
Offerors must mail or deliver SF330 packages to be received no later than the date and time stated on the Presolicitation 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.


No arrangements will be made by the government to assist in SF330 package delivery. Offerors are advised to plan accordingly. 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 the Elmendorf Air Force Base (Joint Base Elmendorf-Richardson (JBER) as of 1 Oct 2010) 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 (Yolanda M. Ikner, Rm 30)
PO Box 6898
JBER, Alaska 99506-0898



Physical Address:
U.S. Army Corps of Engineers, Alaska District
ATTN: CEPOA-CT (Yolanda M. Ikner, Rm 30)
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 stated in this synopsis or subsequent solicitation amendment. 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/Bluff 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 near the DeCafe Lunchroom (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-16-R-0010, DO NOT OPEN"


Contracting Division Point of Contact:
Yolanda M. Ikner, 907-753-2553
Theresa Afrank, 907-753-2739
Email your questions to US Army Corp of Engineers, Alaska at:


Primary Point of Contact:


Yolanda M. Ikner
Contract Specialist
yolanda.m.ikner@usace.army.mil



Secondary Point of Contact:


Theresa Afrank
Contacting Officer
Theresa.m.afrank@usace.army.mil


Yolanda M. Ikner, Contract Specialist, Phone 9077532553, Email yolanda.m.ikner@usace.army.mil - Theresa M Afrank, Contract Officer, Phone 907-753-2739, Fax 907-753-2544, Email theresa.m.afrank@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP