AE Land Survey IDIQ

expired opportunity(Expired)
From: Federal Government(Federal)
W912EF24R0022

Basic Details

started - 25 Mar, 2024 (1 month ago)

Start Date

25 Mar, 2024 (1 month ago)
due - 24 Apr, 2024 (4 days ago)

Due Date

24 Apr, 2024 (4 days ago)
Bid Notification

Type

Bid Notification
W912EF24R0022

Identifier

W912EF24R0022
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
[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.

1. CONTRACT INFORMATION: This contract for A-E surveying and mapping services is procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Subpart 36.6. The Walla Walla District will award one (1) indefinite delivery contract for Architect-Engineer (A-E) Surveying and Mapping Services not to exceed $7 million for the life of contract, consisting of a base period of three (3) years and two (2) option periods not to exceed one (1) year each using FAR Clause 52.217-9. The North American Industry Classification System (NAICS) code for this procurement is 541370 - Surveying and Mapping (except Geophysical) Services and the corresponding small business size standard is $19 million in average annual receipts for the preceding three (3) fiscal years. This announcement is open only to small businesses under NAICS code 541370. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work as further described in this announcement. The
contract will consist of surveying (primarily land-based) and mapping services. Work will vary in scope and size and will be awarded by individually negotiated firm-fixed-price task orders. A firm fixed price Service/Supply Rate Schedule encompassing disciplines, materials, and equipment for subsequent task orders will be negotiated following the preliminary selection. The wages and benefits of service employees (FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. To be eligible for contract award, firms must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220 2. PROJECT INFORMATION: A-E surveying and mapping services are primarily required for various Walla Walla District civil works projects located within the States of Washington, Oregon, and Idaho; however, this contract may be used to support work for any Northwestern Division U.S. Army Corps of Engineers (USACE) District. Those districts are Seattle, Portland, Omaha, and Kansas City. Services required include, but not limited to the following: Conventional and real-time Global Positioning System (GPS) land surveying encompassing geodetic control, cadastral and boundary surveys; remote sensing instrumentation positioning and control surveys, standard and valley type transect surveys; topographic, engineering design support, and construction staking surveys; High order geodetic surveys incorporating Federal Geodetic Control Committee (FGCC) modified Single-Run Modified Double Simultaneous (SRMDS) method differential leveling for electronic digital bar/code leveling systems in support of project precise leveling tasks and three-dimensional dam deformation analysis; precision trilateration survey tasks using Government supplied equipment (prism and accessories, not to include instrument); Transect and topographic single-beam bathymetric surveys designed for riverbed condition analysis and quantity determinations, shoreline surveys, and levee surveys; Static and real-time kinematic global positioning system (RTK GPS - dual frequency) aerial photogrammetric control surveys; Mapping in two and three dimensions explicit to required surveys; Establishment of primary control networks form which supplemental surveying and mapping is performed, positional information is determined with reference to ellipsoid heights, and tied to high accuracy geodetic control networks; Fixed-wing aircraft and unmanned aircraft systems (UAS/drones) remote sensing and photogrammetric mapping requirements which consists of aerial photography (natural color, panchromatic, and thermal (IR)), aerial photo processing, analytical aero-triangulation, stereo mapping compilation, digital ortho-photography, airborne topographic light detection and ranging (LiDAR) mapping, and land use/cover interpretation; Geographic Information System (GIS) creation of personal geo-databases with implementation of SDSFIE standards and compatible with ESRI ArcGIS software; High resolution 3-D terrestrial laser scanning surveys; Subsurface Utility Engineering (SUE/SUL) Mapping Surveys; Automated data processing with Computer-Aided Design (CAD) systems employing standard industry equipment, hardware and software. Resulting graphic data sets and file formats must be completely compatible with and capable of being loaded directly to the Bentley Systems Inc. MicroStation Connect (DGN) and Open Roads Designer processing software; Production and recordation of cadastral/boundary maps and documents according to appropriate State and County requirements; Utilization of dual frequency RTK GPS systems, electronic directional and leveling instruments, automated data collection, and fully integrated echo sounding (single-beam) equipment and positioning systems with a 22 to 26-foot shallow draft survey vessel(s) as a minimum is required. All survey and mapping services shall be supervised by a Professional Land Surveyor(s) registered topractice in the State(s) of Oregon, Idaho, and Washington with photogrammetric services directed by a Certified Photogrammetrist. All task orders are accomplished in full compliance with established Federal, State, local, and installation laws, safety and health regulations and procedures, as well as Corps of Engineer’s engineering manuals and health and safety requirements, Walla Walla District technical requirements and other policies requisite to special site conditions, task requirements and as deemed necessary by the District Contracting Officer or designated representative(s). 3. SELECTION CRITERIA: The A-E selections will be conducted in strict accordance with the announced selection criteria, and in compliance with FAR Subpart 36.6, it supplements and Engineer Pamphlet 715-1-7. The criteria for evaluation and selection are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria 3a through 3h are primary. Criteria 3i through 3j are secondary and used as “tiebreakers” for technically equal rated firms; therefore, firms should not commingle submission of data related to those criteria with the primary criterion. Primary Criteria: a. Professional Qualifications: The selected firm must have the professional qualifications necessary for satisfactory performance of required services and relevant experience in the survey and mapping disciplines listed in the project information. The evaluation will consider education, registration, technical certification, training, and longevity of relevant experience. b. Specialized experience and technical competence in the type of work discussed in Project Information items 2(1) through 2(14) above for the preceding five (5) years. Note that of those 14 items, items 2(1) through 2(13) are the primary areas of this contract. Specific examples of completed projects and involvement in completed projects that demonstrate the specialized experiences and technical competence will be the primary information evaluated. c. Past Performance: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Evaluations in the Department of Defense (DoD) CPARS systems will be considered based on the DUNS number for the prime and any subcontractors. d. Equipment Plan: Firms must currently possess or have the capability to readily obtain, through purchase or lease, instruments, equipment, hardware, and software sufficient to meet the survey and mapping requirements listed in the project information. Describe owned or leased instruments, equipment, hardware, and software that will be used to perform this contract or your plan to obtain those items. e. Demonstrated capability and knowledge of the current (A/E/C) CAD standards, SDSFIE Spatial Data standards, and capability to process and submit data, information, and mapping for required surveys to USACEestablished specifications in formats primarily including but not limited to ASCII, EXCEL, MicroStation Connect (DGN), Open Roads Designer (DTM), and ESRI (ArcGIS), TIF and PDF formats. f. Demonstrated knowledge of locality specific to the Columbia, Snake, and Clearwater Rivers, their basins, and tributaries. g. Capacity to accomplish the work. Demonstrate capability and capacity of the firm relative to rapid response action for mobilization and short suspense dates for task completion. The firm must also demonstrate the capability to field up to two (2) survey crews simultaneously. h. Proposed project organization, specified lines of authority, proposed personnel disciplines, and team backup. Secondary Criteria: i. Geographic proximity to the primary assignment area of the states of Washington, Oregon, and Idaho. j. Volume of Department of Defense (DoD) contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD AE contracts among qualified firms, including SB and SDB. 4. INQUIRIES: All inquiries regarding this synopsis are to be submitted via Bidder Inquiry. Telephone and email inquiries will not be accepted. Bidder Inquiry is a website that allows firms to post questions regarding the synopsis/solicitation and view all questions by other firms and responses by USACE. Bidder Inquiry can be accessed through ProjNet at (https://www.projnet.org) To submit and review inquiry items, firms will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A firm who submits a comment /question will receive an acknowledgement of the comment/question via email. Another email to the same address will notify the prospective vendor once the reply is available for viewing. TIMING OF BIDDER INQUIRIES: Firms are encouraged to submit their inquiries promptly. The Government will make every effort to answer all inquiries; however, the closer to the bid / proposal / offer due date an inquiry is received, the less likely it is that a timely response can be provided. The Bidder Inquiry Key is: Q54ZYP-6J2B8V Specific Instructions for ProjNet Bid Inquiry Access: From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. Identify the Agency. This should be marked as USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you would like to use for communication. 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. 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. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Instructions for Entering Questions: 1. After you are logged in click on the "post new inquiry", it is on the left side of the window under the Word "Submit" a.) This is the window where you will enter your questions. b.) Comment Classification: Click on the down arrow to the right of the words “Please select from below”, select “Public” c.) Discipline: This is where you select who this question should be directed to. Example; if the question is about an electrical drawing or specification select: “Electrical” from the pull down list. d.) Sheet. Enter the sheet number of the drawing you are asking about. e.) Detail. Enter the detail name of the detail shown on the drawing that you are asking about. f.) Specification. Enter the Specification number and paragraph number. g.) File. Use this if you are going to attach a pdf file. h.) Question. Enter your question here. Specific Instructions for Future ProjNet Bid Inquiry Access: For future access to ProjNet, you will not be provided any type of password. You will utilize your Secret Question and Secret Answer to log in. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. Identify the Agency. This should be marked as USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you used to register previously in ProjNet. Click Continue. A page will then open asking you to enter the answer to your Secret Question. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. For questions about the ProjNet Bidder Inquiry, please contact the Call Center help desk toll free at 1-800-428-HELP, which operates from 8AM to 5PM (Central US time zone). Bidder inquiry help questions can also be emailed to the helpdesk at staff@rcesupport.com. NOTICE: All firms / bidders/offerors will be held to have reviewed the questions and responses in Bidder Inquiry prior to submission. Nothing is changed in the synopsis / solicitation unless an amendment is issued. 5. SUBMISSION REQUIREMENTS:Interested firms having the capabilities to perform this work must submit two (2) hardcopies of Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II for the prime and all subcontractors, along with an electronic copy (CD-ROM). The SF 330 should be complete and specifically address the requirements of this announcement. Address all Selection Criteria in descending order of importance, as defined in the Selection Criteria section of this announcement, in SF 330, Section H. Do not comingle primary and secondary selection criteria. For Section F (Example Projects Which Best Illustrate Proposed Team’s Qualifications for This Contract), 10 is the maximum number of projects for the prime and all subcontractors combined that can be submitted. Submit completed SF330 to U.S. Army Corps of Engineers, Walla Walla District, Contracting Division, 201 North Third Street, Walla Walla WA 99362-1876, Attn: Chandra Crow, not later than the close of business 2:00 PM Pacific Time onApril 24, 2024. Solicitation packages are not provided, and facsimile transmissions will not be accepted. Personal visits to discuss this project will not be scheduled. This is not a request for proposal and no other general notification will be made. Only timely SF 330s will be considered. Reference W912EF24R0022 in your submission package.

Walla Walla, WA, 99362, USALocation

Place Of Performance : Walla Walla, WA, 99362, USA

Country : United StatesState : Washington

You may also like

THIS PROJECT IS FOR THE LAND SURVEY OF THE LUKEVILLE BORDER STATION PROPERTY SPLIT WITH CBP.

Due: 31 May, 2024 (in 1 month)Agency: PUBLIC BUILDINGS SERVICE

CPIS FOR SANTA FE SHRINE NCA AE IDIQ PACIFIC

Due: 25 Feb, 2025 (in 10 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

LAD AE IDIQ

Due: 29 Apr, 2025 (in 12 months)Agency: NATIONAL ARCHIVES AND RECORDS ADMINISTRATION

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 541370
Classification CodeCode C219