IDC for Land Surveying for Architectural-Engineering Services

expired opportunity(Expired)
From: Federal Government(Federal)
W9126G19R0008

Basic Details

started - 09 Mar, 2020 (about 4 years ago)

Start Date

09 Mar, 2020 (about 4 years ago)
due - 17 Sep, 2019 (about 4 years ago)

Due Date

17 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W9126G19R0008

Identifier

W9126G19R0008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708398)DEPT OF THE ARMY (133020)USACE (38085)SWD (3865)US ARMY ENGINEER DISTRICT FT WORTH (1251)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

C - Architect-Engineer ServicesGeneral InformationDocument Type: Presolicitation NoticeSolicitation Number: W9126G19R0008Posted Date: 16 August 2019Original Response Date: 17 September 2019Current Response Date: 17 September 2019Archive Date: N/AClassification Code: C -- Architect and Engineering (A-E) ServicesTitle: Indefinite Delivery Contract (IDC) for Land Surveying Services, Real Estate Division Acquisitions, Fort Worth District (SWF), SB (Small Business) Set AsideContracting Office AddressU.S. Army Corps of Engineer District, Fort Worth; P.O. Box 17300; 819 Taylor Street; Room 2A17; Fort Worth, Texas 76102-0300.Description1. CONTRACT INFORMATION:(a) General. This announcement is a Small Business (SB) set aside for procurement of three (3) A-E Services Indefinite Delivery Contracts (IDC), in accordance with 40 USC Chapter 11 Selection of Architects and Engineers, Public Law (PL) 92-582, formally known as the Brooks Act, as implemented in the Federal Acquisition Regulation (FAR)
Subpart 36.6. Firms must demonstrate competence and qualifications for the required work, stated in this synopsis, for selection for negotiation.The award of the IDC's will provide Fort Worth District (SWF) A-E Services to support Land Surveying for support of the Real Estate Division Acquisitions in relation to Land Surveying Services. The services will be primarily performed within the SWF area of responsibility (Texas) and in New Mexico, Arizona and California.The IDC's will consist of one (1) one-year base ordering period and four (4) one-year option periods, each period not to exceed one (1) year, for a total of five (5) years maximum using FAR Clauses 52.217-8 and 52.217-9. Work will be issued by negotiation of firm-fixed-price task orders. The value of all task orders issued under these IDC's will not exceed $9,500,000 per contract. While the estimated dollar amount per year is $1,900,000, the actual obligation per year may be greater than or less than the $1,900,000. There is no limit on the value of the individual task orders, but the total task order awards will not exceed the total value of the IDC. Minimum Guarantee amount of $2,500 will apply to the base ordering period only.The North American Industrial Classification System (NAICS) code for this procurement is 541370 (Surveying and Mapping (except Geophysical) Services), which has a small business size standard of $15,000,000.(b) Contract Award Procedure. Eligibility for the IDC award requires registration of the offeror with the System for Award Management (SAM) database. Register via the SAM Internet site at https://www.sam.gov/. NO STATE-LEVEL certifications will be accepted.2. PROJECT INFORMATION: The award of the IDC's will provide Fort Worth District A-E Services to support Land Surveying for support of the Real Estate Division Acquisitions.No specific projects or tasks are identified at this time and therefore funds are not presently available for individual task orders under this solicitation. As projects for A-E Services for Land Surveying are received, SWF will utilize the IDC's to award task orders.The services performed under the IDC's and the individual task orders will include drawing preparation using computer-aided design and drafting (CADD) software in the preparation of Boundary Surveys and or Topographic, Planimetric, and Utility Location Surveys. All drawings produced for this contract shall be in compliance with the Architect/Engineering/Construction CADD standards as issued by the CADD/BIM Technology Center https://cadbimcenter.erdc.dren.mil/. The Government will only accept the final products, without conversion or reformatting, in the MicroStation suite of software's and/or AutoCAD based on the requirements stated in the Statement of Work. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a faster format compatible with MicroStation electronic digital format. Geographic Information System (GIS) information shall adhere to the Tri-Service Spatial Data Standards. Design Analysis and any other reports shall be prepared using MS-Word (.docx). Firms will also be required to provide documents in PDF format.All services will be performed by, or under the direct supervision of a licensed surveyor in the state in which the work is being performed (Texas Registered Professional Land Survey (RPLS), New Mexico Professional Surveyors (PS), Arizona Registered Land Surveyor (RLS) and California Professional Land Surveyor (PLS)) based on the geographic area of the Task Order as awarded. The Texas RPLS is required to be employed with the prime firm.The Offeror selected will be subject to the requirements of FAR Part 52.219-14.3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-f are primary. Criterion g-i are secondary and will only be used to rank the offerors among the most highly qualified firms that are technically equal, if required for ranking.In this synopsis the term "recent" means A-E tasks orders or contracts completed in or after 2009. Older projects will not be considered. Year of experience in Block 14 are not considered as meeting a 5 year or 10 year time requirement.(a) Specialized Experience and Technical Competence. Ensure that all specialized experience requirements are reflected on appropriate personnel resumes in Section E and example projects in Section F, Part I of the SF 330. The Government suggest the offeror highlight the areas that meet these requirements so the reviewers can easily determine the requirements have been met. It is insufficient to say the firm can meet these requirements. Firms must demonstrate how the requirements are met. For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided the nature and extent of all team arrangements are identified and disclosed. Offerors shall describe the nature and extent of prior teaming experience with the proposed subcontractors.The firm must demonstrate expertise in the following:Demonstrate that all expertise requirements are reflected on key personnel resumes and sample projects.(1) Demonstrate recent experience by the prime firm and its subconsultants with regard to Horizontal and Vertical control surveys, GPS surveys, topographic surveys, utility location surveys, Boundary Surveys (incl. research, and setting property corners).(2) Control Surveys: Clearly demonstrate specialized experience and expertise in acquiring and processing of data to establish horizontal and vertical geodetic control networks using GPS, total stations, and levels in order to establish Second Order, Class I horizontal closure accuracy and Second-Order, Class I vertical closure accuracy for control markers as defined in EM 1110-1-1005 Control and topographic Surveying dated 1 January 2007.(3) Metes and Bounds Surveys: Demonstrate recent experience by the prime firm and its subconsultants with regard to establishing, producing legal boundary surveys and recording easements and right-of-way plats and documents (incl. legal descriptions, plats).(4) Topographic Surveys: Demonstrate the ability by the prime and its subconsultants to produce digital files in a format compatible with MicroStation V8i and/or AutoCAD Civil 3D 2017, ASCII digital files from data collection output, TIN and DTM files compatible with MicroStation and/or Civil 3D and ESRI Shape file (SDSFIE format).(5) Include a detailed list of field equipment, and sensors (to include data collection systems, positioning, motion sensing, etc.). The list shall include which team member firm owns the equipment or if it is leased. Equipment used for measurement will require proof of calibration within 1 year prior to any task order award. Documentation verifying calibration will be a requirement on all task orders.(b) Professional Qualifications. The offeror shall demonstrate that all expertise requirements are met on key personnel resumes in section E, Part I of the SF330. When a minimum number of years/experience is listed, it is within the past ten (10) years from the closing date of the synopsis (2009-2019). The following is a list of the key personnel, minimum requirements and the minimum number required for the IDC's under this acquisition. These minimum requirements can be met utilizing in-house or consultants/subcontractors. Do not list a subcontractor as your firm's employee, as this will be cause for rejection of the SF330. Additional personnel other than the required will not be evaluated.Submitting firms must demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management, senior technical personnel and chief-of-parties. Resumes must be provided for each of the professionally licensed personnel including the year of licensureand subcontractor professional personnel if applicable as well as for the senior technical personnel (Survey Technicians, CADD Technicians) and Field Crew Chiefs. Resumes are NOT required for the survey crew instrument personnel and rodman. One page max for each resume.One (1) Registered Professional Licensed Surveyor in the state of Texas within Prime FirmOne (1) Professional Surveyor licensed in the state of New MexicoOne (1) Registered Land Surveyor in the state of ArizonaOne (1) Professional Licensed Surveyor in the state of CaliforniaTwo (2) Chief-of-PartyTwo (2) Survey Technicians - OfficeTwo (2) CADD TechniciansThe Offeror may provide a dual hatted Professional Surveyor if they are licensed in multiple states. One personnel resume for the Professional Surveyor for each state shall be provided that demonstrates what expertise requirements have been met for that particular state. The Professional Surveyor(s) shall have a minimum of ten (10) years' of overall experience with at least five (5) years of licensure for the state in which the professional surveyor is being listed as the key professional surveyor for that state, for example 2011-2016. The resume(s) shall identify specific work performed within the state of Texas, New Mexico, Arizona and California. Key personnel having a bachelor or master's degree in geomatics or related field will receive more weight for evaluation.Role in this contract: Professional SurveyorA minimum of two (2) Field Crews are required. A Survey Crew shall comprise of a Chief-of Party and an Instrument Person at a minimum for safety purposes. Key personnel having a bachelors or master's degree from a university in geomatics or related field, professional license, or related certification (including intern SIT, EIT, CST), will receive more weight for evaluation.Role in this contract: Chief-of-PartyA minimum of two (2) Survey Technician - Office personnel are required. The Survey Technicians - Office should be senior personnel proficient in researching legal records and previous boundaries; analyze the data to determine official land and water boundaries or boundary line locations; record survey results, verify data accuracy, and prepare plots, maps, and reports; write descriptions of land for deeds, leases, and other legal documents:Role in this contract. Survey Technician - OfficeA minimum of two (2) CADD Technician personnel are required. The CADD Technicians should be senior personnel proficient in drafting boundary surveys, record surveys, easement plats and topographic, planimetric and utility surveys.Role in this contract. CADD TechnicianAll personnel shall show five (5) years' experience, minimum, in their field of expertise within the recent ten (10) years, except for the Professional Surveyor(s) which requires a minimum of ten (10) years' experience with five (5) years of licensure for the state in which the professional surveyor is being listed as the key professional surveyor for that state. To show this experience, provide relevant projects, in section E, that span 5 years, minimum except for the Professional Surveyor(s) which requires ten (10) years, minimum. For example, if the resume includes a project performed in 2013 it shall include at least a second project performed in 2018, or later, to demonstrate the five (5) years. The professional surveyor shall show projects in 2009 and 2019 and a five (5) year span of experience in the given state they are demonstrating licensure.The Offeror must provide one personnel resume for each stated requirement above to meet the number required, dual roles may be provided for the professional surveyor only. The title of the roles on the resumes and organizational chart must match the required discipline. Do not submit additional personnel resumes in addition to those required.(c) Past Performance. In Section H, Part I, SF 330, provide past performance evaluations. The firms will be evaluated in terms of work quality, compliance to schedules, and cost controls, with emphasis on projects submitted under factor (a), as determined from the Past Performance Information Retrieval System (PPIRS) and other sources. Submit letters of commendation, awards, previous project evaluations, etc. to show past performance. The Government will retrieve the past performance evaluation for the prime firm, the Joint Venture and individual firms forming a Joint Venture. Past performance evaluations will not be retrieved for the proposed subcontractors.(d) Capacity. The prime firm must demonstrate the ability to accomplish 50% of the work with in-house resources. Include a detailed list of offices, field equipment, and sensors (to include data collection systems, positioning, motion sensing etc.). The list shall include which team member firm owns the equipment or if it is leased. Ability to perform work to schedules - Firms will be evaluated on their ability to complete Boundary Surveys and or Topographic, Planimetric, and Utility Location Surveys by providing the deliverables within 120 calendar days, (being the average duration of a typical surveying task). The firm's employees shall have the ability to gain access onto military installations and meet the installation requirements for access. The intent is to show that a USACE contract with a specific timeframe and due dates will not be impacted.(e) Knowledge of Locality. Firms must demonstrate familiarity and knowledge of codes, laws, permits and construction materials and methods within the contract area. As indicated above, the contract area is for Land Surveying within the Fort Worth District area of responsibility (Texas) and New Mexico, Arizona and California for U.S. Army Corps of Engineers, Real Estate Division Acquisitions. Information presented shall demonstrate general understanding with specific experience as applicable. Firms shall show familiarity with surveying and mapping requirements applicable to Texas, New Mexico, Arizona and California.(f) Quality Control Program. Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications prepared by the firm or by its subcontractors on behalf of the firm. Describe and define the firm's program/processes for quality control and list, by name and position, all key personnel responsible.The following items (g thru i) are the secondary criteria:(g) Volume of DoD Contract Awards. In Section H, Part I, SF 330, provide the volume of DOD contact awards, stated in dollars, for each firm for the past twelve (12) months (see details in subsequent paragraph 4(f)). Include the awards to all branch offices. The objective is to provide an equitable distribution of DoD A-E awards among qualified A-E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. List the project name, district, contract number, dollar amount, and the month/year of the award.(h) Geographic Proximity. In Section H, Part I, SF 330, provide the physical location of a firm in relation to the location of potential projects. The geographic location for the IDC's is the Fort Worth District Real Estate Division area of responsibility. Firms based in or having branch offices in Texas will be given preference.(i) Utilization of Small Business Firms. In Section H, Part I, SF 330, provide a description of the prime and any subcontractor's affiliation as a small business. Per FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014), it is the policy of the United States that small business concerns, veteran- owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns shall have the maximum practicable opportunity to participate in performing contracts let by any Federal agency. The greater the participation, the greater the consideration.4. SUBMITTAL REQUIREMENT: In an effort to reduce paperwork and cost, submit ALL SF 330s electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/safe/. At the AMRDEC SAFE website, select the link: For users without a CAC OR if your computer is not configured to read your CAC. Using this option will allow you to access the SAFE site as a guest. When completing the information for transmittal at the AMRDEC SAFE website, submit the notification to: CESWF-CT-PreawardProposal@usace.army.mil.(a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit a SF 330 (8/2016 Edition), for the prime firm and all consultants/subcontractors to the site stated above not later than 1:00 P.M. (Central Time) on the Current Response Date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 1:00 P.M. the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or in paper will NOT be accepted. Personal visits to discuss this announcement will not be allowed.(b) Submit a compiled SF 330, Part I, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm, and subcontractors) proposed for the IDC. Do not include company literature with the SF 330.(c) Use no smaller than 10 font type using Standard English. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Number the paragraphs of the SF 330 to correspond to the paragraph numbers in this synopsis. Submit the SF 330's in searchable PDF format.(d) Organizational charts can be up to two (2) pages, if needed, on 8 ½ x 11 paper.SF330, Part I, ADDITIONAL INSTRUCTIONS:(a) In Section C, identify the discipline/service supplied by each firm.(b) In Section D, include a Team Project Organization Chart to indicate how each firm on the proposed team (prime and each subcontractor is identified in Section C) integrates into the composite team. Job titles and organization chart must match the required discipline titles.(c) In Section E, provide brief resumes of the on-staff or subcontractor employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b). Job titles must match the SF330 requirements and your organization chart.(d) In Section F, a maximum of five (5) projects including the prime and sub-consultants will be reviewed. Use no more than one page per project. Specify on each project the value of the surveying performance on the project listed.(e) In Section G, Block 26, include the firm and office location the person is associated with. List the names of all individuals included in the resumes in Section E in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable.(f) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability and prior experiences, if applicable. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. For Section 3 (f), provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., Project Title and amount(Note: award of Indefinite Delivery Contracts should not be counted as award amounts, only actual task orders). Generally, provide a brief presentation of internal controls and procedures that demonstrate the firm's overall Design Quality Management Plan (DQMP,) which provides sufficient information about this plan and clearly explains the ability of the firm to control costs, schedule and quality of work to be submitted to the Government. A project- specific detailed quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H.SF330, PART II, ADDITIONAL INSTRUCTIONS(a) Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, as well as for other offices of the prime and subcontractor offices proposed to perform the work, even if one is already on file. All Part IIs MUST be signed (signed within the past 36 months from the closing date of the synopsis) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II, if the firm is a Small Disadvantaged Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman- Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three (3) fiscal years must not exceed $15,000,000;(b) In Block No. 4, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1-866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work.(c) Solicitation packages are not provided for the IDC's and no additional project information will be given to firms during this announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Ms. Daina Black: Daina.R.Black@usace.army.mil and Technical - Mr. David T. Frankenfield, LS: david.t.frankenfield@usace.army.mil. All questions must be submitted through the ProjNet System.OFFERORS QUESTIONS AND COMMENTS(a) Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet.(b) To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click to continue.(c) From this page you may view all bidder inquiries or add an inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. All others will remain unanswered until entered in as single inquiries.(d) Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.(e) The Solicitation Number is: W91236G19R0008(f) The Bidder Inquiry Key is: C27N76-EXS37M(g) The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven (7) calendar days of the scheduled receipt of proposals date will still be regarded as untimely and will not be afforded a substantive response.(h) Offerors are requested to review the specification in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.(i) The bidder call center Help Line operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 1-800-428-HELP (1-800-428-4357).(j) Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals.Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may e-mail: CESWF-CT-PreawardProposal@usace.army.mil.THIS IS NOT A REQUEST FOR PROPOSAL.

US Army Corps of Engineers Southwest District (SWD) Fort Worth, Texas 76102 United StatesLocation

Place Of Performance : US Army Corps of Engineers Southwest District (SWD)

Country : United States

You may also like

BCS 2020-02 E Land Surveying & Subsurface Utility Engineering Services, Statewide

Due: 13 Sep, 2027 (in about 3 years)Agency: State Highway Administration

Architectural and Engineering Services As- Needed

Due: 23 May, 2024 (in 27 days)Agency: Forsyth County

Architectural Engineering Services for Public Safety Building

Due: 07 May, 2024 (in 11 days)Agency: Saratoga Springs, City of

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541370Surveying and Mapping (except Geophysical) Services
pscCode CARCHITECT AND ENGINEERING- CONSTRUCTION: RELIGIOUS FACILITIES