Surveying and Mapping Services for the U.S. Army Corps of Engineers (USACE)

Agency: DEPT OF DEFENSE
State: Mississippi
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159819802234467
Posted Date: Apr 2, 2024
Due Date: May 2, 2024
Solicitation No: W912EE24O0001
Source: Members Only
Follow
Surveying and Mapping Services for the U.S. Army Corps of Engineers (USACE)
Active
Contract Opportunity
Notice ID
W912EE24O0001
Related Notice
W912EE24O0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST VICKSBURG
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
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 02, 2024 07:53 am CDT
  • Original Response Date: May 02, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541370 - Surveying and Mapping (except Geophysical) Services
  • Place of Performance:
    Vicksburg , MS
    USA
Description

W912EE - Proposed Indefinite Delivery Type (IDT) Contracts for Three (3) Contracts for Surveying and Mapping Services. Services to be performed primarily within 3 USACE Districts (Memphis, Vicksburg, and New Orleans) that comprise the lower portion of the Mississippi Valley Division of the U.S. Army Corps of Engineers. (Restricted to Small Business Firms)



This Pre-solicitation Notice is for interested firms to submit their SF 330 by May 2, 2024, 1600 hours, CST. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. This is not a Request for Proposal.



1. CONTRACT INFORMATION: SF 330s are due by Close of Business on May 2, 2024, 1600 hours, CST. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Three (3) indefinite delivery contracts will be negotiated and awarded as a result of this solicitation. These contracts will share the $20M combined capacity of the MATOC. Each contract will have a performance period of five (5) years from the date of contract award or exhaustion of the MATOC capacity of $20 million, whichever comes first. There will be a $1,000 minimum guarantee amount for each contract awarded.



The work will be accomplished primarily within the Vicksburg District but may be within the Mississippi Valley Division (MVD) and other areas as needed to support the mission of the US Army Corps of Engineers. Work will be issued by negotiated firm fixed-price or labor-hour task orders. It is anticipated that the estimated workload for each year will be $2.0 million. The cumulative total of Task Orders issued over the life of the MATOC shall not exceed $20.0 million. Allocation of Task Orders will be based on specialized experience, past performance, project schedules, and/or current workload.



Contract award is anticipated in November 2024.



This procurement is being offered as a total Small Business set-aside, under NAICS code 541370 – Surveying and Mapping Services. The small business size standard for NAICS code 541370 is $19M.



2. PROJECT INFORMATION: A-E service capabilities are required for various civil works projects and support for other agencies. Work may be comprised of topographic surveys, hydrographic surveys, dredge material measurement surveys, monitoring surveys, construction layout surveys, geodetic control surveys, mobile laser scanning, boundary and cadastral surveys, GPS surveying and mapping. Firms with demonstrated specialized experience, competence, and qualifications pertinent to survey engineering, geodetic surveying, land and boundary surveying, hydrographic surveying, mapping (MicroStation, In-Roads and Civil3D capability required) and related services are desired for consideration. The services performed under this contract may support the Government revetment construction project along the Mississippi River located in the Memphis, Vicksburg, and New Orleans Districts. Work areas will normally be within the boundaries of the Vicksburg District but may also be used anywhere within the geographical boundaries of the Mississippi Valley Division or other missions of the Vicksburg District of the U.S. Army Corps of Engineers.



3. SELECTION CRITERIA: Selection will be based on the following criteria, which are listed in descending order of importance. Criteria A through E are primary; criteria F is secondary and will only be used as a "tie-breaker," if necessary.



(A) Specialized Experience: The selected firm shall have the capability to provide digital surveying and mapping data in readable and fully operational format on the District's Computer Aided Design and Drafting (CADD) or GIS Systems. Data submission shall be required in native MicroStation (.DGN) or Autodesk design files (.DWG), In-Roads (.DTM) digital terrain model files or Civil 3D (.TIN) triangulated irregular network files, In-Roads alignment files (.ALG) or Civil 3D survey database files (.SDBX) and occasionally in GIS (.SHP and Personal Geodatabases) formats. Firms with demonstrated specialized experience, competence, and qualifications pertinent to surveying are desired for consideration. Firms considered to be highly qualified will be required to furnish at least five fully equipped survey crews with four-wheel drive vehicles and approved electronic total station surveying instruments and related equipment. Additional crews may be required. Highly qualified firms shall be required to have both code and carrier phase L1/L2 GPS receivers. A firm will be considered if it can demonstrate the capability to provide these personnel and equipment by such means as an increase in staffing, subcontracting, or joint venture. At least two, with a possibility of four, fully automated hydrographic survey systems (single fathometer) operational on a boat not less than 21 feet in length equipped with Coast Guard Radio Beacon DGPS shall be required in addition to ground-based crews. Each hydrographic and topographic party provided shall have the capability to collect and process each survey performed at the work site (plot cross sections, compute volumes, revetment re-designs, etc.). One electronic hydrographic sweep system (no booms) on a boat with a length no greater than 30 feet (trailerable) with Coast Guard Radio Beacon DGPS will be required either through in-house capabilities or subcontracting. Additional conventional hydrographic systems may also be required where GPS is unavailable. Firms considered to be highly qualified shall be required to show specialized experience in performing all types of surveys as stated above and subsequent data reduction and plotting utilizing state-of-the-art computer technology.



(B) Professional qualifications: The prime firm and/or its subcontractor(s) (hereinafter referred to collectively as "firm") must have registered Professional Civil Engineers and Land Surveyors on staff. The firm must have at least one Professional Land Surveyor licensed in each of the following states: Mississippi, Louisiana, and Arkansas. The firm should indicate professional recognition, professional associations, advanced training, certification, and specific work experience of key personnel. The firm should emphasize the qualifications and experience of its management personnel in survey engineering, hydrographic, topographic and geodetic surveying.



(C) Past Performance: Performance evaluations on previous contracts with Government agencies, including Department of Defense (DOD), and private industry in terms of cost control, quality of work, and compliance with performance schedules will be considered. Additional consideration will also be given to firms that have above average performance evaluations in the type of work described in (A) above.



(D) Capacity: Firms must be able to provide the survey crews and equipment as described in the Specialized Experience paragraph to be considered highly qualified. Firms must demonstrate sufficient personnel in the disciplines necessary to conduct the required work in an efficient manner.



(E) Knowledge of locality: A firm's knowledge of the locality will be given consideration. The firm should demonstrate its knowledge of the geographical and topographical features of the area within the boundaries of the Vicksburg District, and its familiarity with the major rivers and tributaries of the area all as related to survey engineering, mapping, and related services.



(F) Volume of DOD Work: DOD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed.



4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work must submit one electronic copy of SF 330 along with a signed copy of part II of each sub-consultant’s SF 330 to: MVKAECoordinator@usace.army.mil, with copy provided to Lawren Boolos at Lawren.Boolos@usace.army.mil no later than 1600 hours, CST, on May 2, 2024. Include both the solicitation number and the company’s UEI number on all submittals.



Note the following restrictions on submittal of SF330; Block E – Resumes of key persons, specialist and individual consultants anticipated for this project will be limited to a maximum of 20 pages (one side). Block H—Additional information will be limited to a maximum of 20 pages (one side). Pages in excess of the maximum of 20 will be discarded and not used in evaluation. All telephone calls should be directed to Ms. Michelle Moore, (601) 631-5139.



APPOINTMENTS WILL NOT BE SCHEDULED TO DISCUSS THIS ANNOUNCEMENT.



This is not a Request for Proposal. A fee proposal will be requested at a later date.



****NOTE: Contractors must be registered in the System for Award Management (SAM), for information see http: www.sam.gov.



5. INQUIRIES SUBMISSION:



PRE-SOLICITATION NUMBER: W912EE24O0001



ALL QUESTIONS MUST BE SUBMITTED VIA PROJNET.



TECHNICAL INQUIRIES AND QUESTIONS RELATING TO THIS SOLICITATION ARE TO BESUBMITTED VIA BIDDER INQUIRY IN PROJNET AT (HTTPS://WWW.PROJNET.ORG). BIDDERS ARE ENCOURAGED TO SUBMIT QUESTIONS 5 DAYS PRIOR TO SF330 SUBMITTAL IN ORDER TO ENSURE ADEQUATE TIME IS ALLOTTED TO FORM AN APPROPRIATE RESPONSE AND AMEND THE SOLICITATION, IF NECESSARY. TO SUBMIT AND REVIEW INQUIRY ITEMS, PROSPECTIVE VENDORS WILL NEED TO USE THE BIDDER INQUIRY KEY PRESENTED BELOW AND FOLLOW THE INSTRUCTIONS LISTED BELOW THE KEY FOR ACCESS. A PROSPECTIVE VENDOR WHO SUBMITS A COMMENT /QUESTION WILL RECEIVE AN ACKNOWLEDGEMENT OF THEIR COMMENT/QUESTION VIA EMAIL, FOLLOWED BY AN ANSWER TO THE COMMENT/QUESTION AFTER IT HAS BEEN PROCESSED BY OUR TECHNICAL TEAM.



ALL TIMELY QUESTIONS AND APPROVED ANSWERS WILL BE MADE AVAILABLE THROUGH PROJNET. APPROVED ANSWERS TO ALL TIMELY QUESTIONS WILL ALSO BE POSTED ON THE FEDBIZOPS IN THE FORM OF A REPORT GENERATED FROM PROJNET AS SOON AS THE COMMENT/QUESTION ENTERING PERIOD IS OVER AND ALL ANSWERS ARE ALL FINALIZED.



THE PRE-SOLICITATION NUMBER IS: W912EE24O0001



THE BIDDER INQUIRY KEY IS: Z4KENI-5GGJUC



SPECIFIC INSTRUCTIONS FOR PROJNET BID INQUIRY ACCESS:



1. FROM THE PROJNET HOME PAGE LINKED ABOVE, CLICK ON QUICK ADD ON THE UPPER RIGHT SIDE OF THE SCREEN.



2. IDENTIFY THE AGENCY. THIS SHOULD BE MARKED AS USACE.



3. KEY. ENTER THE BIDDER INQUIRY KEY LISTED ABOVE.



4. EMAIL. ENTER THE EMAIL ADDRESS YOU WOULD LIKE TO USE FOR COMMUNICATION.



5. 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.



6. 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.



7. CLICK ADD USER. ONCE THIS IS COMPLETED YOU ARE NOW REGISTERED WITHIN PROJNET AND ARE CURRENTLY LOGGED INTO THE SYSTEM.



SPECIFIC INSTRUCTIONS FOR FUTURE PROJNET BID INQUIRY ACCESS:



1. FOR FUTURE ACCESS TO PROJNET, YOU WILL NOT BE EMAILED ANY TYPE OF PASSWORD. YOU WILL UTILIZE YOUR SECRET QUESTION AND SECRET ANSWER TO LOG IN.



2. FROM THE PROJNET HOME PAGE LINKED ABOVE, CLICK ON QUICK ADD ON THE UPPER RIGHT SIDE OF THE SCREEN.



3. IDENTIFY THE AGENCY. THIS SHOULD BE MARKED AS USACE.



4. KEY. ENTER THE BIDDER INQUIRY KEY LISTED ABOVE.



5. EMAIL. ENTER THE EMAIL ADDRESS YOU USED TO REGISTER PREVIOUSLY IN PROJNET.



6. CLICK CONTINUE. A PAGE WILL THEN OPEN ASKING YOU TO ENTER THE ANSWER TO YOUR SECRET QUESTION.



7. ENTER YOUR SECRET ANSWER AND CLICK LOGIN. ONCE THIS IS COMPLETED YOU ARE NOW LOGGED INTO THE SYSTEM.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4155 CLAY STREET
  • VICKSBURG , MS 39183-3435
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >