Surveying and Mapping SATOC - Multibeam

expired opportunity(Expired)
From: Federal Government(Federal)
W912DS24R0014

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 06 Apr, 2024 (21 days ago)

Due Date

06 Apr, 2024 (21 days ago)
Bid Notification

Type

Bid Notification
W912DS24R0014

Identifier

W912DS24R0014
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708882)DEPT OF THE ARMY (133113)USACE (38130)NAD (5840)W2SD ENDIST NEW YORK (593)
[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.

The U.S. Army Corps of Engineers, New York District has a need for professional architect-engineering (A-E) services for one SATOC (Indefinite Delivery Contracts OPS-087) for Multibeam 80% and Topographic/Aerial/Cadastral/General Survey Services 20% Within the New York District Boundaries and other Corps of Engineers Locations within North Atlantic Division/MSC Boundaries.for one SATOC (Indefinite Delivery Contracts OPS-087) for Multibeam 80% and Topographic/Aerial/Cadastral/General Survey Services 20% Within the New York District Boundaries and other Corps of Engineers Locations within North Atlantic Division/MSC Boundaries.1. CONTRACT INFORMATION: This contract is being procured in accordance with Brooks Act EP_715-1-7 and FAR 16.505(b) (1). An A-E firm will be selected from this announcement based on demonstrated competence and qualifications for the required work. One (1) Indefinite Delivery Contract will be negotiated and awarded.This SATOC and IDC OPS-086 will consist of one (1)
award to a small business.The length of the contract is a maximum of 60-months and will not include option periods. The contract amount will not exceed $8,000,000 (UAI 36.601-3-100). The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued: however, the Government guarantees a minimum ordering obligation as $4,000 for the basic contract (NOTE: This is a minimum ordering obligation: NOT a minimum payment. The contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the Government does not issue orders for the value of the minimum-ordering guarantee.)Labor rates for each discipline, overhead rates and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to the 2nd, 3rd, 4th 5th calendar years of the contract.This IDC is anticipated to be awarded in May 2024. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee’s office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the Department of Defense (DoD) System for Award Management (SAM). If you were not previously registered, please go to https://www.sam.gov. Instruction for new registration is also located at the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements at http://sam.gov or by calling at (866) 606-8220. Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions.2. PROJECT INFORMATION: This contract consists of a full range of surveying and mapping services within the North Atlantic Division. Multibeam surveys will constitute approximately 80% of all work orders. Topographic, Aerial, Cadastral and General Survey Services will constitute approximately 20%. The work will be within the North Atlantic Division. Subsistence or per diem will be paid for work beyond a fifty-mile radius of the New York District Office. No subsistence or per diem will be paid for work within a fifty-mile radius of the New York District Office. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary.Criteria f through h are secondary and will only be used as “tie-breakers” among firms that are essentially technically equal. Primary Selection criteria:a. Specialized experience and technical competence: Demonstrate the ability to provide a full range of surveying and mapping services within the North Atlantic Division.Demonstrate ability to establish horizontal and vertical control of Second Order Class II as requiredThe firm must demonstrate they have sufficient staff and equipment to be able to perform at least two task orders simultaneously.Demonstrate the ability to use the New York District current CADD standards: Bentley 2020 MicroStation Release 3 - Version 10.09.00.91 and CONNECT & Open Road Designer (ORD) for volumes computations Demonstrate the ability to use the New York District Coastal Oceanographic HYPACK 2021 64-Bit Version 1.21 for field data collection.Demonstrate the ability to use CADD and their conformity with Architecture/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standard, Release 2 (or latest version)Demonstrate the ability to collect survey data electronically and capability of providing acceptable data formats.The reference grid system will be State Plane Coordinates Systems in NAD 83. Hydrographic surveys must conform to Class 1 criteria as defined in EM1110-2-1003 (Hydrographic Surveying). The A-E’s proposal must list both field and office equipment.b. Qualified personnel in the following key disciplines: Note: Resumes must be provided for each disciplinePrincipalProject ManagerProject EngineerParty ChiefSurvey Technician IIISurvey Technician IVSurvey Technician VCADD Operator/Computer ProcessorBoat OperatorAdministrative AssistantInstrument OperatorMulti Beam OperatorRod personThe evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. The firm selected must have one or more senior staff persons licensed to practice Land Surveying in the states of New York and New Jersey. The states of New York and New Jersey have rigorous licensing requirements. For this reason, if required, other states within NAD may provide reciprocity. For anticipated work outside of New Jersey and New York, it is not necessary to require licensing in each state. c. Past performance on contracts with government agencies and private industry with respect to quality of work, cost control, and compliance with performance schedules, as determined by CPARS and other sources.d. Capacity to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines.e. Knowledge of the locality in the general geographical area of the New York District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area.Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Does not apply for prime AE firms who are Small Business firms.g. Geographic Proximity to NY District boundaries.h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions and firms that have not had prior DoD contracts.4. SUBMISSION REQUIREMENTS:Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF330s which includes all sub-consultant’s information. The SF330 can be found on the following GSA web site: http://www.gsa.gov/forms-library/architect-engineer-qualifications. The forms can be downloaded into a .PDF file type.The forms can be downloaded in a .PDF file type. Each key office on the team should include the prime firm’s CPARS number in Block H, SF-330. For CPARS information, call (207) 438-1690. The total number of pages for the entire SF-330 is limited to 90 pages. Section E is limited to 40 pages. Section F is limited 10 pages (1 page per project). Each page shall be numbered. Section dividers, front dividers, front and back covers, cover letter and Part II of the SF-330 don’t count towards overall page limit. Tabloid size paper 11’ X 17” pages for organizational chart or other graphics will count as one page. Submittals not following these instructions, may not be evaluated by the Board.Supplemental information on the SF-330 is posted on the New York District USACE website: http://www.nan.usace.army.mil/Business-With-Us/Engineering-Division/ Firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government Solicitation. For information visit the SAM website at: https://www.sam.gov. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For more information, visit the SAM website at: https://www.sam.gov. NAICS Code is 541370.Submit three (3) completed SF-330’s in PDF format to Stephen DiBari, P.E @ Stephen.Dibari@usace.army.mil by no later than COB Monday, April 8, 2024. Maximum file size to send is 20GB. If overall SF-330 is larger than 20GB, please break up the file into smaller files.DO NOT MAIL SF-330’S (CD or Hard Copies) TO THE CONTRACT SPECIALIST AT 26 FEDERAL PLAZA. Doing so, will delay the A-E Selection/award process.Advertisement will be posted in https://sam.gov/ If the response date falls on a Saturday, Sunday, or a federal holiday, the response date will be moved to the next business day.For questions regarding this contract, contact Stephen DiBari via e-mail: Stephen.Dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will NOT be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after final selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISTION INSTRUCTIONS).Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in persons). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Firm must be registered in the following: https://www.sam.gov/portal/SAM/#1

Jersey City ,
 NJ   USALocation

Place Of Performance : N/A

Country : United StatesState : New JerseyCity : Jersey City

Office Address : KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300 NEW YORK , NY 10278-0004 USA

Country : United StatesState : New YorkCity : New York

You may also like

A-E IDIQ Surveying and Mapping

Due: 31 May, 2024 (in 1 month)Agency: DEPT OF DEFENSE

GEOSHACK SURVEYING SYSTEMS

Due: 30 Jun, 2024 (in 2 months)Agency: DNR600610 Administration DNRFRA

Geotechnical Surveying Services, Tecate, California

Due: 21 May, 2024 (in 23 days)Agency: TRANSPORTATION, DEPARTMENT 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 C219Other Architect and Engineering Services