SATOC for LiDAR, Aerial Photography and Topographic, Aerial, Cadastral, General Survey Services

Agency: DEPT OF DEFENSE
State: New York
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159811555621412
Posted Date: Apr 25, 2024
Due Date: May 23, 2024
Solicitation No: W912DS24R0016
Source: Members Only
Follow
SATOC for LiDAR, Aerial Photography and Topographic, Aerial, Cadastral, General Survey Services
Active
Contract Opportunity
Notice ID
W912DS24R0016
Related Notice
W912DS24S0023
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW YORK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 25, 2024 09:21 am EDT
  • Original Published Date: Apr 23, 2024 02:58 pm EDT
  • Updated Date Offers Due: May 23, 2024 02:00 pm EDT
  • Original Date Offers Due: May 23, 2024 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 24, 2024
  • Original Inactive Date: May 24, 2024
  • Initiative:
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:
    New York , NY
    USA
Description View Changes

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 A-E services for one SATOC (Indefinite Delivery Contracts OPS-087) LiDAR/Aerial Photography 80% and Topo/Cadastral/General Survey Services 20% Within the New York District Boundaries and other Corps of Engineers Locations within North Atlantic Division/MSC Boundaries.



This is a combined synopsis/solicitation for A-E services for one SATOC (Indefinite Delivery Contracts OPS-087) LiDAR/Aerial Photography 80% and Topo/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 36.6. 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 will consist of one (1) award to one (1) business.



The length of the anticipated contract award will be a maximum of 60-months and will not include option periods. The contract amount will not exceed $8,000,000. The Government shall be under no obligation to issue any particular number or type of orders and no liability to the contractor shall be incurred in the event that a certain number or type of orders is not issued. However, the Government guarantees a minimum ordering obligation of $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, and 5th calendar years of the contract.



This IDC is anticipated to be awarded at the end of June 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. Lidar & Aerial Photography 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:




  1. Demonstrate the ability to provide a full range of surveying and mapping services within the North Atlantic Division.

  2. Demonstrate ability to establish horizontal and vertical control of Second Order Class II as required

  3. The firm must demonstrate they have sufficient staff and equipment to be able to perform at least eight (8) task orders simultaneously throughout the North Atlantic Division geographic area.

  4. The firm must demonstrate the ability to support Lidar and Aerial Photogrammetry from multiple platforms in air, land, and sea.

  5. Demonstrate the ability to use the New York District current CADD standards: Bentley 2020 MicroStation CONNECT Edition, Update 16, Version 10.16.03.11 (or latest version) & Open Road Designer (ORD) for volumes computations.

  6. Demonstrate the ability to use the New York District Coastal Oceanographic HYPACK 2023 Q2 Release 64-Bit Version 22.2.3(or latest version) for field data collection.

  7. 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)

  8. Demonstrate the ability to collect survey data electronically and the capability of providing acceptable data formats.

  9. 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).

  10. Demonstrate the ability to collect surveys in support of Beach Restoration and monitoring, as well as Jetty rehabilitation and construction.

  11. The A-E’s proposal must list both field and office equipment.

  12. The firm must demonstrate that its equipment and personnel are capable of producing accuracy standards defined in EM-110-2-1003 for new work construction.

  13. The firm must demonstrate its ability to meet patch and performance standards as defined in EM-1110-2-1003.





b. Qualified personnel in the following key disciplines: Note: Resumes must be provided for each discipline




  1. Principal

  2. Project Manager

  3. Project Engineer

  4. Party Chief

  5. Survey Technician III

  6. Survey Technician IV

  7. Survey Technician V

  8. CADD Operator/Computer Processor

  9. Boat Operator

  10. Administrative Assistant

  11. Instrument Operator

  12. Multi Beam Operator

  13. Rod person



The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm.



The firm selected must have one (1) 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 FAR 42.15 by reviewing the Contractor Performance Assessment Reporting System (CPARS) and other sources.



d. Capacity to perform approximately $1,600,000 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 business, woman-owned small business, and minority institutions in the proposed contract team is measured as a percentage of the total estimated effort.



g. Geographic Proximity to NY District boundaries.



h. Volume of work previously awarded to the firm by the Department of Defense, with the objective 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 business, woman-owned small business, 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 (1) PDF copy 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. 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


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
  • NEW YORK , NY 10278-0004
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 23, 2024[Combined Synopsis/Solicitation (Original)] SATOC for LiDAR, Aerial Photography and Topographic, Aerial, Cadastral, General Survey Services
Apr 30, 2024[Combined Synopsis/Solicitation (Updated)] SATOC for LiDAR, Aerial Photography and Topographic, Aerial, Cadastral, General Survey Services

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 >