PHOTOGRAMMETRIC AND LiDAR SURVEYING AND MAPPING

From: Federal Government(Federal)
W9127N24R0025

Basic Details

started - 10 Apr, 2024 (19 days ago)

Start Date

10 Apr, 2024 (19 days ago)
due - 10 May, 2024 (in 10 days)

Due Date

10 May, 2024 (in 10 days)
Bid Notification

Type

Bid Notification
W9127N24R0025

Identifier

W9127N24R0025
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709493)DEPT OF THE ARMY (133179)USACE (38150)NWD (6940)W071 ENDIST PORTLAND (104)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

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.

SYNOPSIS for INDEFINITE DELIVERY CONTRACT FOR PHOTOGRAMMETRIC AND LiDAR SURVEYING AND MAPPING FOR THE USACE PORTLAND DISTRICTGeneral Information Document Type: Synopsis/ Solicitation NoticeSolicitation Number: W9127N24R0025Synopsis Posted Date: 10 April 2024Original Response Date: 10 May 2024Archive Date: 25 May 2024Classification Code: C – Architect and Engineering ServicesNAICS Code: 541370 - Surveying and Mapping (except Geophysical) ServicesContracting Office Address The U.S. Army Corps of Engineers (USACE), Portland District 333 SW First Ave., Portland, OR 972041. CONTRACT INFORMATION.The resulting contract will be a Single Award Task Order Contract (SATOC) Architect-Engineer (A-E) Indefinite Delivery Indefinite Quantity (IDIQ), firm-fixed-price contract for Photogrammetric and LiDAR Surveying and Mapping Services. This IDIQ contract is being procured in accordance with the Architect and Engineering Selection Statute (formerly the Brooks Act) as implemented in FAR Subpart 36.6.
Firms will be selected for negotiation based on demonstrated competence and qualifications outlined in Federal Acquisition Regulation (FAR) 36.602-1 and DFARS 236.602-1 for the required work. This synopsis will facilitate the award of one contract with capacity of $5 million and a duration of five years starting from the award date. North American Industrial Classification System Code (NAICS) is 541370, which has a size standard of $19 million or less in average annual receipts over the last 3 years. The wages and benefits of listed services 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 under http://www.wdol.gov, as determined relative to the employee’s office location (not the location of the work). To be eligible for contract award, a firm must be registered in the Department of Defense (DOD) System for Award Management (SAM). Register via the SAM Internet Site at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220.THIS NEW ANNOUNCEMENT IS RESTRICTED AND IS A 100% SMALL BUSINESS SET ASIDE.The contract awarded under this announcement will be administered by the U.S. Army Corps of Engineers, Portland District. The Portland District may elect to transfer capacity to the Seattle, WA, or Walla-Walla, WA, districts.2. PROJECT INFORMATION.This is primarily a photogrammetry services contract. Typical work to be performed under this contract will be to execute high resolution topographic and bathymetric surveys using a range of remote sensing technologies. Survey methodologies may include high resolution photogrammetric elevation mapping, multi-band aerial imagery acquisition, LiDAR elevation mapping and surface classification, and hydrographic survey elevation mapping, to include deep water and shallow draft data acquisition. Associated land-based surveying may be required to supplement the remote sensing derived survey data or to provide ground control points for aerial surveys, GPS control for hydrographic surveys and cross-sectional data acquisition on shallow water and riverbanks. Data processing and integration of multiple survey types to produce integrated topographic/bathymetric datasets is probable.It is expected that survey work performed under this contract will include a wide variety of infrastructure and other project elements that are relevant to the USACE mission. The project types typically will include, but are not limited to, any of the following:Manned fixed-wing aircraft aerial photography, photogrammetry (aerotriangulation, stereo compilation, orthophotography) and light detection and ranging (LiDAR) data collection of large project sites.Manned rotary-wing high density LiDAR data collection of smaller project sites.Utilizing Small Uncrewed Aircraft Systems (SUAS) for collection of aerial data.Hydrographic and land surveying to support aerial missions, hydrologic analysis and fullstructure mapping of infrastructure that include above and below water surface designs, such as coastal jetties.The A-E may be required to render services at the office(s) of various other team members, on-site at the offices of various U.S. Army Corps of Engineers (USACE) activities, or on-site at various project sites or installations, or anywhere within the NWP, NWS, and NWW area of responsibility. Engineering services not otherwise specified shall be provided in accordance with ER 1110-2-1150 and other guidance.3. SELECTION CRITERIA.Selection criteria for this contract will be based upon the following selection criteria, listed in descending order of importance. Criteria “a” through “e” are primary, criteria “f”, “g” and “h” are secondary, used only as a “tiebreaker” among technically equal firms.Primary Criteria:a. Specialized Experience and Technical Competence.Specialized experience and technical competence in the type of work required. The firm must demonstrate specialized experience and technical competence in the following areas:Traditional and automated (SfM) photogrammetryIntegrating multiple surveys into a single XYZ datasetUtilizing both topographic and topographic/bathymetric LiDAR sensorsIntegrated topographic/bathymetric mapping surveys of coastal structuresHigh resolution aerial photo acquisitionLarge and small footprint aerial and terrestrial LiDAR surveysTo be considered, experience must have been performed within the last six (6) years from the synopsis issuance date. The Government will review five (5) completed projects and involvement in the completed projects for whether the firm has specialized experiences and technical competence in the relevant areas outlined above in paragraph 3a. If a prime A-E firm is using a subcontractor's experience, the prime A-E firm shall submit letters of commitment from those subcontractors and any key personnel employed by those subcontractors. Firms shall provide examples of five projects performed by either the prime A-E firm or a key subcontractor demonstrating their experience in the following types of services as it relates to the Project Information described in paragraph 2 above. Submittals that demonstrate having more of the experiences listed above will be rated as more technically relevant.b. Professional Qualifications.Professional qualifications (FAR 36.602-1(a)(1)). The board will evaluate the firm’s professional qualifications including education, registration, technical certification, training, and longevity of relevant experience of the Key Personnel in relation to their role on the project. Firms shall provide a minimum of one (1), but no more than two (2), resumes for each Key Personnel position, identified below. If providing additional resumes beyond the number requested for each key personnel, the board will review the maximum number in the order presented in the SF330. The board will not evaluate the other resumes.Do not generalize professional registrations or certifications; provide specific details. All disciplines, except those specifically noted, require an applicable professional license, registration, or certification. For the purpose of this criterion, a foreign license, registration, or certification is not applicable.The education, training, professional registration, proposed job title, and overall relevant experience of key personnel will be considered. The board shall consider experience relevant if similar to the specialized experience described above in paragraph 3a.Where proposing more than one individual (resume) for any discipline, the board shall consider the cumulative qualifications of all resumes within that discipline. An individual can only support one discipline (i.e., an individual cannot submit resumes for multiple disciplines).This criterion is primarily concerned with the qualifications of the key personnel identified by the A-E and not the number of personnel, which is under Criterion D - Capacity.Submit resumes in Section E of the SF330 for each of the Key Personnel in the disciplines below (listed in descending order of importance):Project ManagerLead HydrographerLiDAR Project ManagerParty Chief/Field SupervisorSupervisory PhotogrammetristSupervisory/Registered Land Surveyor (PLS)CADD TechnicianGIS AnalystAdditional considerations: The Government evaluates more favorably key personnel that worked on the example projects in Section A. The Government may evaluate key personnel employed by the Prime/JV more favorably. The basis of the evaluation will be the information in Sections E, G, and H of the SF330.c. Past Performance.Past performance is an important consideration in the selection of A-E firms. Past performance is an indicator of a firm’s ability to perform a contract successfully.The board will evaluate relevant Past Performance in terms of quality of work, and compliance with performance schedules. The board will consider any information that a firm submits on its past performance on recent similar contracts, including design-build contracts. DoD A-E Contractor Performance Assessment Reporting System (CPARS) is the primary source of information on past performance. The board queries CPARS for all firms submitting an SF 330. If there is any conflict in past performance records, CPARS is the official record. When a CPARS evaluation is not available, firms may also elect to submit a Past Performance Questionnaire (PPQ) for each project in Section F of the SF 330 as described in the Supplemental Instructions, below.The board will first consider the relevancy of each performance evaluation on A-E services contracts which are similar to the proposed contract. The more relevant the information, the more weight it carries. This relevancy consideration shall include: 1) Similarities of the work in terms of Portland District geology, and geotechnical scope 2) Key personnel, branch offices, and subcontractors involved in the project, 3) The firm’s role in proposed contract, 4) Currency (recency) of the information, 5) General trends in a firm’s performance, 6) Credibility and detail of the past performance report, 7) Recent DOD contracts for similar projects (a firm that has earned excellent evaluations on recent DOD A-E contracts for similar projects will be ranked relatively higher on past performance IAW DFARS 236.602-1 and PGI 236.602-1(a)(6)(B)).The board will then rate the confidence in the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, and compliance with performance schedules. The Government may consider the extent to which past projects were performed by proposed key personnel. The result is a single confidence rating. Where no recent/relevant performance record is available or the firm's performance record is so sparse that the Government can assign no meaningful confidence assessment rating, the firm will not be evaluated favorably or unfavorably on the factor of past performance.Complete evaluations, and not summaries, will be reviewed if the board is considering downgrading or eliminating a firm due to adverse past performance.In addition to the above, the Government may review other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS (Past Performance Information Retrieval System) including CPARS, using all CAGE/DUNS (Commercial and Government Entity/Data Universal Numbering System) numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the firm’s SF 330, inquiries of owner representative(s), FAPIIS (Federal Awardee Performance and Integrity Information System), or other databases; telephone interviews with organizations familiar with the firm’s performance, Government personnel with personal knowledge of the firm’s performance capability, and any other known sources not provided by the firm.While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate, and complete past performance information rests with the firm. It is the responsibility of the firm to explain how the past performance information is relevant to the proposed contract. A firm can also provide information on problems encountered in prior contracts and discuss actions that it has taken to remedy any unsatisfactory performance.d. Capacity to Accomplish the Work.Explain or demonstrate how your firm has the capabilities to perform up to 3 concurrent task orders with a value of $250,000 each in 120-days in accordance with Federal Acquisition Regulation (FAR) 15.408(n)(2) in regard to limitations on pass-through charges. FAR website link -> https://www.acquisition.gov/e. Knowledge of the Locality.NWP will evaluate firms’ demonstrated knowledge of local conditions within NWP’s area of responsibility within Oregon and Southwestern Washington. These include dams, lakes, navigation facilities, and waterways including the Columbia River and Pacific Ocean. The firm shall also be evaluated for its knowledge and experience with Pacific Northwest geography and meteorology (climate and weather), and how to plan acquisition of mapping and surveying by air, land, and water.Secondary Criteria: f. Small Business Participation:Extent of participation of small businesses (including women-owned), small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Demonstrate use of small business sub-contractors on past projects.g. Geographic Proximity:Location of the firm in the general geographical area of Oregon and Southwest Washington.h. Equitable Distribution of DoD Contracts.Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms shall be evaluated and used in the event of a tie.4. SUBMISSION REQUIREMENTSInterested firms having the capabilities to perform this work must submit one pdf copy of the SF 330 Part I and any required attachments via email to Kristel Flores, Contract Specialist, at Kristel.M.Flores@usace.army.mil and Andrea Smothers, Contracting Officer, Andrea.K.Smothers@usace.army.mil at no later than 12:00 PM, Pacific Time, on 10 May 2024. This is not a request for proposal.This procurement 100% total small business set-aside under the NAICS Code 541370. The small business size standard is $19 million. All responses must be received by the specified due date and time to be considered. Any responses received after that date and time will not be considered.Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.Additional information on how to prepare an A&E submittal can be found in Engineering Pamphlet (EP) 715-1-4 – Competing for Architect-Engineer Contracts Awarded by the U.S. Army Corps of Engineers (9/30/2004) USACE publications website: www.publications.usace.army.mil.Questions and Inquiries about this SynopsisAll inquiries regarding this synopsis will be submitted via ProjNet-BidSM. Telephone and email inquiries will not be accepted. ProjNet-BidSM is a web-based program that allows submitters to post questions regarding the synopsis and to view all questions by other submitters and answers by USACE. ProjNet-BidSM can be accessed through ProjNetSM at https://www.projnet.org/projnet/. To access the ProjNet-BidSM website the first time:Click the Bid tabClick Bidder Inquiry. (The Agency is USACE.)Enter the following information for access:The Bidder Inquiry Key: P6N5EA-I5V2XDValid business contact information (e.g. Company name, contact person, business address, phone number and email address). (required on first project only)Establish secret question and answer which will be used as a password. (Required on first project only).For subsequent access use your email address, the Bid Inquiry Key and response to the secret question to access the ProjNet-BidSM Module.Submit questions or review questions and answers. A firm who submits a question will receive an automated email notification that their question has been received. When an answer is posted to a question, the question and answer is then available for all other bidders to review.For a specific step-by-step for POSTING YOUR INQUIRIES, is available in the Reference link on the Contract Viewer.For questions about the ProjNet-BidSM, please contact the Call Center help desk toll free at 1- 800-428-HELP, which operates from 8AM to 5PM (Central US time zone). ProjNet-BidSM questions can also be emailed to the helpdesk at staff@rcesupport.com.The cutoff for questions and inquires is 3 May 2024. All submitters are responsible for reviewing the questions and responses in ProjNet-BidSM prior to their submission. Nothing in the synopsis is changed unless an amendment is posted on https://sam.gov/content/home.

OR   USALocation

Place Of Performance : N/A

Country : United StatesState : Oregon

Office Address : KO CONTRACTING DIVISION 333 SW FIRST AVE PORTLAND , OR 97204-3495 USA

Country : United StatesState : OregonCity : Portland

You may also like

On- Call Land Surveying Services

Due: 06 May, 2024 (in 6 days)Agency: City Of Orinda

A-E IDIQ Surveying and Mapping

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

BIL - GEOTECHNICAL LAND SURVEYING AND LAND & TOPOGRAPHIC SURVEYS

Due: 26 Jan, 2029 (in about 4 years)Agency: FEDERAL AVIATION ADMINISTRATION

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 C211Architect - Engineer Services (including landscaping, interior layout, and designing)