California Bids > Bid Detail

INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT– ENGINEERING (A-E) SERVICES FOR HYDROGRAPHIC AND TOPOGRAPHIC SURVEYS, AERIAL PHOTOGRAPHY, PHOTOGRAMMETRIC MAPPING, ORTHOPHOTOGRAPHY, CADASTRAL MAPPING, LAND PARCEL MAPPING, AERIAL MAPPING AND LIDAR SURVEY

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159513945381935
Posted Date: Feb 22, 2023
Due Date: Mar 24, 2023
Solicitation No: W912P723R0002
Source: https://sam.gov/opp/d1c41b2e1b...
Follow
INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT– ENGINEERING (A-E) SERVICES FOR HYDROGRAPHIC AND TOPOGRAPHIC SURVEYS, AERIAL PHOTOGRAPHY, PHOTOGRAMMETRIC MAPPING, ORTHOPHOTOGRAPHY, CADASTRAL MAPPING, LAND PARCEL MAPPING, AERIAL MAPPING AND LIDAR SURVEY
Active
Contract Opportunity
Notice ID
W912P723R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST SAN FRAN
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 22, 2023 10:54 am PST
  • Original Response Date: Mar 24, 2023 01:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541370 - Surveying and Mapping (except Geophysical) Services
  • Place of Performance:
    San Francisco , CA 94102
    USA
Description

Notice Type: Synopsis



Solicitation Number: W912P723R0002



Posted Date: February 22, 2023



Archive Date: NA



Original Response Date: March 24, 2023







Classification Code: C--Architect and engineering services



NAICS Codes: 541370—Surveying and Mapping (except Geophysical)



Title: INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT– ENGINEERING (A-E) SERVICES FOR HYDROGRAPHIC AND TOPOGRAPHIC SURVEYS, AERIAL PHOTOGRAPHY, PHOTOGRAMMETRIC MAPPING, ORTHOPHOTOGRAPHY, CADASTRAL MAPPING, LAND PARCEL MAPPING, AERIAL MAPPING AND LIDAR SURVEY SERVICES TO SUPPORT DISTRICT PROJECTS AS DESCRIBED IN PROJECT INFORMATION.



Description



A. CONTRACT INFORMATION



This contract is being procured in accordance with the Brooks Act (Public Law [P.L.] – 92-582) as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. AE firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See Numbered Note 24 for general information on the A-E selection process.



AE services are required to provide hydrographic and topographic services primarily in support of the Civil Works mission area. Similar services may be required to support the Military and Interagency and international Support (IIS) missions. The contractor will be required to perform service primarily within the San Francisco District boundaries. The contracts may also be used by other Districts within South Pacific Division (Sacramento, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility which can include CA, NV, UT and AZ and portions of OR, ID, CO, and WY.



North American Industrial Classification System (NAICS) code is 541370 Surveying and Mapping (except Geophysical) Services, which has a small business size standard of $16,500,000 in average annual receipts.



This unrestricted business announcement is open to all interested parties regardless of business size. Large businesses must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan. If any work is to be subcontracted, the SPN goal is for 55.00% of the subcontracted dollars to go to small business, with the following breakdown: 13.00% of those dollars going to disadvantaged business, 5.00% to woman owned business, 1.30% to HUB-zone business, and 2.00% [ILICUC(1] [SKCUC(2] to service disabled veteran owned business. All interested A/E firms are reminded that, (if not a small business) in accordance with the provisions of 15 U.S.C. § 644(g) (1), they will be expected to place subcontracts within the maximum practicable opportunity consistent with the efficient performance of the contract with small and small disadvantaged firms. A detailed plan is not required to be submitted with the SF 330; however, the plans to do so should be specified in block H of the SF 330.



Contract Type: Firm Fixed Price Contract (FFP) Work will be issued by negotiated firm-fixed-price task orders. Rates will be negotiated for each 12-month period of the contract and is escalated by an annual escalation with federal and state labor escalation.



The Government contemplates award one indefinite delivery contract for A-E services for a total capacity of $9,900,000.00. This contract includes a base period not-to-exceed (NTE) thirty-six (36) months and one (1) option period NTE twenty-four (24) months. Work will be issued by negotiated firm-fixed price task orders. The anticipated award of this IDC is around June 2023.



To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM, please see the SAM website at https://www.sam.gov/. No State-Level certifications shall be accepted. The wages and benefits of service employees (see 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, as determined relative to the employee’s office location (not the location of the work). A SCA will be included in the base IDC/IDIQ Contract.



B. PROJECT INFORMATION



The work to be performed under this contract shall consist of, but not be limited to, furnishing all necessary labor, materials, supplies, and equipment required for professional (A-E) services as defined in the contract and as specified by individual task orders. All work shall be accomplished in full compliance with all applicable federal, state and local laws and regulations as well as with established Corps of Engineers manuals, policies, standards and practices, and other professional standards and practices as necessitated by project conditions or task order requirements. Examples of applicable Corps requirements include Engineer Regulation ER-1110-2-1150, the current Architectural/Engineering/Construction (A/E/C) Computer-Aided Design and Drafting (CADD) Standards, ERDC/ITL TR-12-1, CAD Drafting Standard, and Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE).



Each task order will have its own scope describing required services and schedule based on the complexity of the applicable project. Task Order proposals will be evaluated based on the level of effort for the scope of services developed for individual projects. In addition, the selected firm could be directed to provide supplemental technical and professional services in support of SPN's normal and emergency activities.



Services required include all A-E and related services necessary to perform various surveys, including but are not limited to, hydro-surveying, topographic and boundary surveys, aerial photography and LIDAR surveys.



Additional information about scope of design, investigations and studies is summarized below. The summary may not represent all types of tasks that may be requested.



1. Geodetic and Water Level Datum Evaluation and Establishment.



Evaluate and/or establish geodetic and/or water level networks to meet project specific accuracy and reliability requirements. Complete work in accordance with EM 1110-2-6056: Standards and Procedures Referencing Project Elevation Grades to Nationwide Vertical Datums (31 December 2010), EM 1110-1-1002: Survey Markers and Monumentation (1 March 2012), and EM 1110-1-1003: NAVSTAR Global Positioning System Surveying (28 February 2011).





2. Hydro-surveying.



Perform multi beam acoustic surveys, as well as side scan sonar. Conduct work during high tide, unless otherwise indicated in individual task orders. Complete work in accordance with EM 1110-2-1003: Hydro-Survey (30 November 2013). Technical standards established by State Boards of registration, especially on projects requiring licensed surveyors or mappers, shall be followed when legally applicable.



3. Topographic Surveys.



Work shall be completed in accordance with EM 1110-1-1005: Control and Topographic Surveying (1 January 2007). The recommended standard is the American Society for Photogrammetry and Remote Sensing (ASPRS) Accuracy Standards for Large Scale Maps.



a. Three Dimensional Surveys: Topographic surveying to determine the



planimetric location and topographic relief of features in three dimensions.



Surveys may be used to produce Digital Elevation Models (DEMs).



b. Large Scale Site Plans: Typically 1 inch = 10 feet to 1 inch = 200 feet.



c. Digital Spatial Data: Digital mapping, generation of Computer-Aided



Drafting and Design (CADD) systems and Geographic Information Systems (GIS), Land Information System (LIS), Automated Mapping/Facility Management (AM/FM) and other spatial databases.



d. Ground survey control support. If datum conversions are required, conversions will be provided by district or contractor will submit proposed conversions to district for approval prior to use, as specified by task order.



Restriction: The software program VertCon cannot be used for converting between datums without special, written approval from the district.





4. Boundary Surveys.



A Boundary Survey will indicate the extent of any easements, burdening the locus parcel, such as a utility line easement crossing the subject property to a neighboring property or appurtenant to the locus parcel; control surveys, and surveys required for cadastral and land parcel mapping.



5. Record of Surveys.



To be filed and recorded with the County Recorder’s Office



6. Title Search Services.



To identify neighboring properties than can be impacted by Government operations, real estate, other property right and easement issues the AE will be asked to perform the search and provide copies of Title entries.



7. Utility Surveys.



The AE will be required to perform Utility Surveys to locate on land subterranean installed utilities and utilities that cross shipping channels and installed in maritime environments. Utility Surveys can require title searches required to identify the utility line



8. Aerial Photography, Photogrammetric Mapping, LIDAR Surveys.



Conduct all aerial photography and surveys during low tide unless otherwise indicated in individual Task Order. LIDAR surveys may be requested. Complete work in accordance with EM 1110-1-1000: Photogrammetric and LiDAR Mapping (30 April 2015), EM 1110-2-2907: Remote Sensing (1 October 2003), The Federal Geographic Data Committee, Geospatial Accuracy Standards for the recognized industry standard for accuracy compliance criteria; Part 3 - National Standard for Spatial Accuracy (1998), update of Office of Management and Budget United States National Map Accuracy Standards, and Part 4 of the latest FGDC Geospatial Positioning Accuracy Standards.



9. Structural Deformation Surveying:



Perform structural deformation surveys on earthen dams, concrete dams, concrete bulkheads and other structures requiring deformation monitoring due to seismic and tectonic movement, as required by the individual Task Order. Complete work in accordance with EM 1110-2-1009, Structural Deformation Surveying (28 Feb 2018).



10. CADD and GIS Data.



All projects shall include metadata fully compliant with the Content Standard for Digital Geospatial Metadata, FGDC-STD-001- 1998, EM 1110-1-2909: Geospatial Data and Systems. The Spatial Data Standards for Facilities, Infrastructure, and Environment is the USACE data content standard. CADD and GIS required data (i.e., vector data) must conform to this standard: EM 1110-1-2909: (CADD) per the A/E/C CADD Standard at https://cadbim.usace.army.mil/CAD (registration required).





C. SELECTION CRITERIA



The selection criteria for this solicitation is listed below in descending order of importance. Criteria (1) and (2) are considered most important and of equal importance; Criteria (3), (4) and (5) are of lesser importance and listed in descending order of importance. Criteria (6) and (7) are secondary and will only be used as tiebreakers among firms ranked technically equal using the primary criteria.



Primary Selection Criteria:



1. Specialized Experience and Technical Competence



Specialized Experience and Technical Competence (SF 330, Part I, Section F & G): Section F will provide examples of not more than 10 projects completed within the last 5 years that best demonstrate specialized experience and technical competency in: the areas listed above in section B, PROJECT INFORMATION; as outlined below; and of the prime firm and significant subcontractors in working together. Project examples submitted should be of completed projects (i.e. completed design). All projects cited shall identify start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F).



Key Personnel Participation in Example Projects: The prime and subcontractor(s) both graphically depict which key personnel identified in Section E worked on the example projects listed in Section F.



Joint Venture submissions shall also provide a minimum of five (5) projects; however, if the Joint Venture does not have the minimum projects as a Joint Venture Offeror, then the Offeror may supplement with projects performed by the members of the Joint Venture in their individual capacities.



Use no more than one (1) page per project. A project is defined as a project performed under a single, stand-alone contract and/or a single task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an ID/IQ contract is not a project and will not be in compliance with the requirement. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. The contract number or IDIQ number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when project will be completed for each contract and/or task order. For all relevant projects include the percentage of work self-performed by the prime offeror and subcontractors for each contract and/or task order. Percentages shall be shown individually for each firm. If proposing as a JV, include the percentage of work self-performed by each Joint Venture member.



Prime Contractors that do not have specific experience in the following types of tasks will be evaluated based on their subcontractors’ experience. However, projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors.





Demonstrated experience and competency for the following areas of emphasis, with the most relevant work being associated with USACE and other Federal Agencies:





a. Mapping and Surveying: Hydrographic survey using multi-beam surveying and mapping methods. Experience in establishing vertical and horizontal control at project sites; surveying and mapping expertise related to topographic mapping, horizontal and vertical control, construction layout surveys, quantity surveys, property surveys, side-scan surveys, and geodetic surveys. Firms are required to obtain any necessary permits and know and comply with all applicable Federal, state and local laws, regulations and codes.



b. GIS and Aerial Photogrammetry: Photogrammetric mapping, LIDAR mapping, and title services.



c. CADD: Creation of 2D and 3D digital files including various digital elevation models (gridded, TIN, etc.), derived from combination of photogrammetric, field survey total station, GPS and/or hydrographic survey methods. Deliverables include drawings in AutoCAD (DWG), MicroStation (DGN), ArcGIS Geodatabase files (.gdb), and ASCII mass points files (XYZ). Create and provide detailed metadata for all projects.





2. Professional qualifications:



The selected firms, either in-house or through consultants, shall demonstrate professional and specialized experience for key disciplines listed below. Evaluation of professional qualifications will consider education, training, certifications, registration, relevant experience and longevity with the firm of key technical personnel (5) years’ minimum experience in the discipline in which he/she will be working on should be identified.





Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section2. Resumes (Section E of the SF330) must provide for these disciplines, including consultants. Experience working on applicable projects is desirable and should be identified. (SF 330, Part I, Sections E & G). Resumes of qualified professional personnel who are certified, registered, and highly trained in the following key disciplines shall be provided. One (1) resume shall be provided for the following disciplines unless otherwise noted:





a. Supervisory surveyor



b. Supervisory hydrographic surveyor



c. Senior technician



d. GIS/Mapping Specialist.





Although the Organization Chart required in Section D can include additional names and team structure, do not include additional resumes beyond the disciplines required. Each resume shall not exceed one page in length. Individuals performing work as a contract employee shall be reflected as a subcontractor and not listed under the firm they are supporting on a contractual basis. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. In Section G, only include key personnel for which a resume has be provided. A Part II is required for each branch office of the Prime Firm and any subcontractors that will be a key role in the proposed contract.





3. Past performance: Past performance on Department of Defense (DoD) and other federal contracts with respect to the quality of work, cost control (maintaining the project cost below the programmed amount), and compliance with performance schedules, as determined by CPARS and other sources. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients). Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email). Projects where the prime contractor performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors.





4. Capacity to accomplish the work: Adherence to project schedules for all



projects are critical to the Government. Completion within the schedule requires the engagement of sufficient and competent staff and subcontractors. Firms must demonstrate the capacity to accomplish multiple task orders in multiple locations simultaneously. Large Business firms shall demonstrate the capacity to accomplish at least two (2) $500,000.00 individual task orders simultaneously. Small business firms shall demonstrate the capacity to accomplish at least two (2) $250,000.00 individual task orders simultaneously.





5. Location in the general geographic area of the project and knowledge of locality: In PART I, Section H, firms must demonstrate familiarity with the San Francisco District and SPD areas, primarily California, by displaying knowledge of local conditions.





SECONDARY SELECTION CRITERIA

Secondary selection criteria will only be considered in the event of needing a tiebreaker for ranking based on the primary criteria. Secondary Selection Criteria shall consist of (IAW DFARS 236.602-1):





6. SB and SDB Participation: [Defense PGI 236.602-1(a)(6)(C)]. The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) will be 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.





7. Volume of DOD contract awards: Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. If proposing as a Joint Venture, include volume of work awarded by DoD agencies for both the Joint Venture and members of the Joint Venture. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and dollar amount.



D. SUBMISSION REQUIREMENTS



Interested Architect-Engineer (A-E) firms having the capabilities to perform this work must submit one (1) copy of SF 330 Part I, and one (1) copy of SF 330 Part II for the prime firm and all consultants/subcontractors including related services questionnaire regarding past performance on non-Government projects, no later than 1:00pm on March 24, 2023. Due to the coronavirus pandemic, and in the interest of public health and safety, all bidders are required to submit their SF330s electronically via the DoD Secure Access File Exchange (DoD SAFE) (https://safe.apps.mil/). No hand-delivered bids will be accepted. To submit via DoD SAFE, contact karen.smith@usace.army.mil to receive a submission code. Once you have a submission code, you can upload the SF330s to DoD Safe. They must be uploaded no later than 12:59pm on the response date above.





In addition to the electronic submission to DOD Safe, please mail a copy of the submission on one Compact Disc to the street address: 450 Golden Gate Ave 4th Floor, San Francisco California 94102. Lengthy cover letter and generic corporation brochures or other presentation beyond those to sufficiently present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received by the due date specified herein. Include DUNS number of the office that will perform the work. Excluding the page count for resumes and the SF330 Part II, the SF 330 Part I shall not exceed 70 single pages (35 pages if double sided) 8 ½ x 11, not counting any dividing page used to identify each SF 330 Section; no more than (3) three pages 11 x 17 for org charts, all using no smaller than 12 font in either Times New Roman, Arial or Courier. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc.). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only.





The firm selected for this contract will be expected to submit a quality control/quality assurance plan and to adhere to it during the work and services required under the contract. In Section H, describe the firms Quality Control Plan (QCP), including Quality Assurance Plan (QAP) of subcontractor work. The plan must be prepared and approved by the Government, as a condition of contract award, but is not required with this submission.



No other general notification will be made of this work. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period. This is not a request for proposal and no other general notification will be made. Use solicitation number listed (W912P7-23-R-0002) in your submission package.



E. PRE-PROPOSAL CONFERENCE:



A Virtual Pre-Proposal Conference will be held on March 8, 2023@1:00PM PST. Attendance is not mandatory for submitting qualifications. All attendees must submit names, name of company, and title to Karen Smith no later than March 7 at 2:30pm PST.



The purpose of the Pre-Proposal Conference is to assist interested firms on the process of applying for Government A-E services contracts, explain requirements, and to answer questions from potential offerors.



F. QUESTIONS AND COMMENTS



Questions regarding this announcement and the pre-proposal conference must be in writing and shall be addressed to Karen Smith via email. All questions must be submitted no later than March 17 at 1:00pm PST to allow adequate time to respond.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 450 GOLDEN GATE AVENUE
  • SAN FRANCISCO , CA 94102-3406
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 22, 2023 10:54 am PSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >