Announcement for W912GB19R0013
INDEFINITE DELIVERY CONTRACT (IDC) FOR (A-E) GIS/MAPPING SERVICES IN SUPPORT OF SURVEYING AND PHOTOGRAMMETRIC MAPPING SERVICES IN EUCOM AOR
1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (CENAU).
2. NAICS CODE: 541370 - Surveying and Mapping (except Geophysical) Services
3. PLACES OF PERFORMANCE: Belgium, Denmark, France, Iceland, Italy, Luxemburg, the Netherlands, Norway, Portugal, the United Kingdom, Greece, Turkey, Germany, Spain, Israel, Georgia, Azerbaijan, Armenia, the Czech Republic, Hungary, Poland, Bulgaria, Estonia, Latvia, Lithuania, Romania, Slovakia, Slovenia, Ukraine, Albania, Montenegro, and Croatia.
4. CONTRACT INFORMATION:
The U.S. Army Corps of Engineers, Europe District (CENAU), intends to solicit and award a target of five Indefinite Delivery Contracts (IDCs) for Architect and Engineering (A-E) Services in the European Command (EUCOM) Area of Responsibility (AOR) countries listed above in paragraph 3; to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36, under North American Industrial Classification System (NAICS) code 541370, Surveying and Mapping Services. The amount of work for the contracts shall not exceed $49,000,000 in combined capacity which will be shared among the awardees. This acquisition is needed to support the continued and growing CENAU missions in the EUCOM AOR listed above.
The contract will be negotiated and awarded as Firm Fixed Price (FFP). Funds are not presently available for this acquisition. No contract award will be made until funds are made available.
Performance Period: The contracts will have one base ordering period of five years.
Anticipated Award: The anticipated award is April 2019.
Work will be issued by negotiated firm-fixed-price task orders. When two (2) or more indefinite delivery contracts (IDCs) available to the procuring agency contain the same or overlapping scopes of work so that a particular task order might be issued under more than one IDC, the contracting officer will have available for consideration the following factors in deciding which contractor will be selected to negotiate an order:
Performance and quality of deliverables under current contracts;
Current capacity to accomplish the order in the required time;
Professional qualifications necessary for satisfactory performance of required services;
Uniquely specialized experience and technical competence in the type of work required;
FAR Part 19 Small Business Programs is not applicable outside of the United States or its territories and setting aside solicitations for SB may conflict with international agreements, therefore, this acquisition will not be set aside. However, if your firm is qualified to perform the services please submit a proposal by the requested due date and time.
5. PROJECT INFORMATION:
The A-E services are expected to include, but will not be limited to the following: manned aircraft aerial photography, photogrammetry (aerotriangulation, stereo compilation, orthophotography) and light detection and ranging (LiDAR) remote sensing data collection and processing of both large and small project sites, with requisite land surveying to support aerial missions. The contract may also require site (existing conditions) and utility (to include subsurface) surveys, CAD/GIS mapping, CAD/GIS data migration/consolidation, data linkage, database development, data scanning and archiving, real property support, and space utilization surveys. For more detailed project information reference Attachment 3 - Section C Statement of Work.
6. SELECTION CRITERIA:
The selection criteria listed below are in descending order of importance. The above mentioned Places of Performance and Project Information will be considered in evaluation of all criteria.
a) FACTOR 1: SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (FAR 36.602-1(a)(2)): Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or free-lance associates. The Offeror shall submit a maximum of ten projects total. All ten projects shall be at least 90% complete (from the date of this announcement), or have been completed within the last six years from date of the announcement. If more than ten projects are submitted, only the first ten projects listed in the proposal will be evaluated. Projects shall include the following information: which prime firm, partner, consultant or key subcontractor executed the project, a description/narrative/ photos of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Indicate whether the work was performed as the prime contractor, a subcontractor, or as a partner of a Joint Venture (JV). If work was performed as a subcontractor or JV partner, clearly describe what part of the work the firm for which the experience information is submitted performed (both in magnitude and description of the work performed). Projects shall also list any key personnel that worked on the submitted projects. Indefinite-Delivery Contracts (IDC), where numerous Task Orders are listed together for the exact same project and are completed under the same base contract IDC are acceptable.
If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. The letter of commitment MUST be signed by both parties to be considered and an English version/translation must be provided. Please see Attachment 1 for an example Letter of Commitment. If the Letter of Commitment is not submitted or signed by both parties, the Experience of the subcontractor will not be considered.
FACTOR 1 EVALUATION: The Government will evaluate the specialized experience of a firm based on projects and technical capabilities that demonstrate the items identified in the project information above for the prime firm and committed key subcontractors.
b) FACTOR 2: PROFESSIONAL QUALIFICATIONS (FAR 36.602-1(a)(1)): The A-E firm must identify the qualifications of personnel in the following key disciplines: Program Manager, Project Manager, Photogrammetrist, Professional Land Surveyor, GIS Manager, CADD Manager. Offerors must propose at least one person for each of the key disciplines; an individual may not be proposed for multiple disciplines.
FACTOR 2 EVALUATION: The Government will evaluate and consider the education, training, professional registration, certification, language ability (at a minimum English), overall and relevant experience and longevity with the proposed team for all the key personnel proposed. Submittals should demonstrate that the firm's staff is capable of certifying that all work is in compliance with all applicable codes and regulations.
c) FACTOR 3: PAST PERFORMANCE (FAR 36.602-1(A)(4)): Offerors shall submit the Past Performance Information Retrieval System (PPIRS) or Contractor Performance Assessment Reporting System (CPARS) evaluation for the projects submitted in Factor 1. If no CPARS or PPIRS evaluation is available for a project, Attachment Two (2), Past Performance Questionnaire (PPQ), shall be submitted to the client for the projects the Offeror includes in its proposal for the Factor Specialized Experience and Technical Competence. The CPARS, PPIRS or PPQ shall be included in the submittal. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance.
Offerors may also include performance recognition documents received within the last six (6) years, such as awards, award fee determinations, customer letters of commendation, commercial and foreign government evaluations and any other forms of performance recognition. To the extent such documentation is not in the English language, a translation must be provided in order for the documentation to be considered.
In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS, including CPARS, using all CAGE/DUNS numbers of team members (partnership, JV, teaming arrangement, or parent company/subsidiary/affiliate) identified in the Offeror's proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the Offeror.
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 Offeror and the government is under no obligation to check other sources.
FACTOR 3 EVALUATION: Past Performance of the A-E, joint venture, partners, and key subcontractors on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from the PPIRS, completed PPQs (see Attachment 2 for a blank form) and other sources will be evaluated. Incomplete and unsigned PPQs will not be considered. The Government will evaluate the Offeror's past performance to determine how relevant project work is, as described in Factor 1 Specialized Experience and Technical Competence. The Government will evaluate the Offeror's performance to determine a confidence assessment of the Offeror's performance. With respect to relevancy, more relevant past performance will typically be a stronger predictor of future performance and have more influence on the past performance confidence assessment than past performance of lesser relevance.
d) FACTOR 4: KNOWLEDGE OF LOCALITY (FAR 36.602-1(A)(5)): Submittals must demonstrate knowledge of engineering and design in the stated countries to include coordination with host nation authorities. Additionally, offerors must demonstrate an understanding of certification and registration requirements for companies in all of the listed countries and the ability to meet the requirements. Offerors must also demonstrate the ability to communicate in the host nation's acknowledged national language(s) and English.
FACTOR 4 EVALUATION: The Government will evaluate the Offeror's knowledge of locality based on the experience presented and performance evaluations related to the previous factors.
e) FACTOR 5: CAPACITY TO ACCOMPLISH THE WORK (FAR 36.602-1(A)(3)): Firms shall demonstrate the capacity to perform three (3) large task orders simultaneously and within prescribed schedules. A large task order is defined as approximately $500,000.This is in addition to the existing workload being performed under other contracts. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the task orders and offeror's project execution strategy. The evaluation will consider the key personnel identified in Sections D, E, and G of the SF 330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H, Item 1).
A Proposed Management Plan shall be presented that articulates how efforts under this contract will be executed The Offeror's Management Plan shall include the following elements:
Organization Structure and Staffing;
Project Execution, Schedule, and Management;
Quality Control and Processes.
These are not subfactors. Management Plan will be assessed an overall rating. The submittal must include Blocks D and H of the SF 330.
Please note that no Key Subcontractor substitutions shall be made in an awarded contract unless a USACE Contracting Officer determines in the exercise of his/her sole discretion that the proposed substitution is in the best interest of the Government.
i. Organizational Structure and Staffing: The Offeror must clearly describe its organization structure and provide an Organization Chart. The description must identify all offices involved in this project from the Offeror's Headquarters through to the Offeror's site office, and how they are related. All Joint Venture partners and major Subcontractors shall be addressed in this description. The description shall identify whether functions/positions will be filled by prime or by subcontractors. The Management Plan must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process and the procedure to ensure high quality products and services within cost limitations and in strict compliance with scheduled performance.
1. Clearly delineated lines of authority on the organizational chart (graph) organized in a precise and logical manner including the relationship between the headquarters' office and the site office, including all involved with the management of the contract including subcontractors and joint venture partners.
2. The graph and the narrative description clearly display the planned organization structure.
3. Comprehensive descriptions of duties, roles, major responsibilities, and authorities for specifically identified personnel including roles of authorities for subcontractors and joint ventures presented as a logical approach to perform the work throughout the contract, including which roles and personnel are identified to communicate with the Government.
ii. Project Execution and Management: The Offeror shall provide their plan to successfully execute multiple task orders being performed at the same location and explain how they would coordinate with other firms if operating at the same or adjacent site locations. The Management Plan should also explain the A-E's approach and ability to execute tasks in each of the identified countries. The Offeror shall also demonstrate effective coordination to minimize issues regarding different time zones and work schedules.
iii. Quality Control and Processes: The Offeror shall provide a detailed Quality Control plan and processes for the project.
FACTOR 5 EVALUATION: Evaluation will be based on the board's subjective assessment of the firm's ability to effectively address the Capacity to Accomplish Work as described above. A firm that more effectively addresses all of the Capacity requirements will be considered more highly qualified than one that is not able to. A firm with a longer relationship with key sub-consultants may be considered more highly qualified than one with a shorter relationship with key sub-consultants.
The following is the "Secondary Selection Criteria" used by the Selection Board only in the event of a tie-breaker. The following method is a quantitative analysis performed by the SSEB. The firms with the higher number of Department of Defense (DoD) contracts will be viewed more favorably.
Volume of DoD Contract Awards (Defense PGI 236.602-1(a)(6)(A)): Current DoD A-E contract awards may be obtained from CPARS, and verified and updated during the interviews with the most highly qualified firms. Only awards of A-E contracts will be considered but includes awards to all branch offices of a company, except as indicated in Defense PGI 236.602-1(a)(6)(A)(2). This criterion will be used to determine equitable distribution of DoD contracts. The Government will evaluate the number of contracts awarded to the firm using various contracting systems which may include but is not limited to Federal Procurement Data System (FPDS-NG), Electronic Document Access (EDA) and Procurement Desktop Defense (PD2). The intent of this criterion is to evaluate the firms to determine the firm with the highest number of DoD contracts.
7. REQUESTS FOR INFORMATION:
Submit technical inquiries and questions relating to this solicitation via Bidder Inquiry in ProjNet at (https://www.projnet.org ) at least 15 calendar days prior to the due date established for receipt of proposals. The Government reserves the right to decline addressing questions received less than 15 calendar days prior to receipt of proposals.
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 or question will receive an acknowledgement via e-mail, followed by an answer after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet.
W912GB19R0013
$49M Mapping & GIS AE Services IDCs for EUCOM AOR
Bidder Inquiry Key: HFQA97-MVQ48I
Specific Instructions for Initial ProjNet Bid Inquiry Access:
1. From the ProjNet home page, click on Quick Add on the upper right side of the screen.
2. Identify the Agency as USACE.
3. Key. Enter the Bidder Inquiry Key listed above.
4. E-mail. Enter the e-mail 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, E-mail, Secret Question, Secret Answer, and Time Zone. 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.
All questions must be submitted via ProjNet. Questions submitted in any other forum will NOT be acceptable.
8. SUBMISSSION REQUIREMENTS:
The SF 330 Part I shall not exceed 85 pages (8.5-in x 11-in or A4), including no more than 20 pages for Section H. Use of 11in x 17 in or A3 is acceptable for the Organizational Chart. The Government will stop evaluating proposals on page 85 for the SF 330 Part I and page 20 for Section H. Each side of a sheet of paper is a page. Use font type no smaller than size 11. The organizational chart, letters of commitment, tabs, tables of contents, and tab dividers are not considered part of the page count. The Organizational Chart may be on a larger size paper (not to exceed A3 or executive size). Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP
The Government will not make assumptions concerning intent, capabilities, or experiences. Clear identification of proposal details shall be the sole responsibility of the Offeror. The proposal shall meet the following basic requirements.
i. The proposal shall be typed and submitted in English and easy to read.
ii. Proposal shall be organized, concise, and tabbed. Each factor shall be described in a separate tabbed section.
iii. The proposal shall identify the solicitation number, name, address, and telephone number of the prime Offeror on the cover.
iv. Each volume shall contain a Table of Contents and include at the bottom left side of each page the volume and page number.
v. Offerors shall verify that the information for all forms submitted is current, correct and complete including names of the points-of-contact, email address, and telephone number.
vi. Proposals shall completely and adequately address the requirements of this solicitation. Offerors are reminded that elaborate corporate marketing information, formatting, special reproduction techniques, etc., are not necessary.
vii. Contractors are cautioned against submitting conditional proposals.
viii. Failing to submit attachments or failing to complete the proposal properly, may result in rejection of the offer without further evaluation. Therefore, Offerors are urged to follow instructions and speak with the Contracting Officer if instructions are not understood.
Proposal Expenses and Pre-Contract Costs: The Request for Proposal (RFP) solicitation does not commit the Government to pay any costs incurred in the preparation and submission of a proposal or for any other costs incurred by any firm submitting a proposal in response to this solicitation.
Joint Ventures: An Offeror that is part of a Joint Venture must submit a legally binding joint venture agreement. The Government will not evaluate the capability of any Offerors that are not included in the Joint Venture agreement. Joint Ventures must include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the Joint Venture with the chief executive of each entity identified and must be translated into English, if the original agreement is in a language other than English.
If submitting a proposal as a Joint Venture, the experience and past performance of each of the Joint Venture Partners can be submitted for the Joint Venture Entity. The experience for each Joint Venture Partner will be considered the experience of the Joint Venture entity. Joint ventures shall submit the following additional documentation regarding their business entities:
a) A copy of their Joint Venture agreement in English.
b) A detailed statement outlining the following in terms of percentages, where appropriate.
1. The relationship of the joint venture parties in terms of business ownership, capital contribution, and profit distribution or loss sharing.
2. The management approach of the joint venture in terms of who will conduct, direct, supervise and control the project and have custody and control of the assets of the joint venture and perform the duties necessary to complete the work.
3. The structure of the joint venture and decision-ranking responsibilities of the joint venture parties in terms of who will control the manner and method of performance of the work.
4. The bonding responsibilities of the joint venture parties.
5. Identification of the key personnel having authority to legally bind the joint venture to subcontracts and state who will provide or contract for the labor and materials for the joint venture.
6. Identification of party maintaining the joint venture bank accounts for the payment of all expenses and the deposits of all receipts, keep the books and records, and pay applicable taxes for the joint venture.
7. Identification of party furnishing the facilities, such as office supplies and telephone service.
8. Identification of party having overall control of the joint venture.
Other sections of the proposal shall identify, where appropriate, whether key personnel are employees of the individual joint venture parties and identify the party, or hired as employees of the joint venture.
If one of the joint venture parties possesses relevant experience and/or past performance, the experience and/or past performance of that firm will be considered as the experience and/or past performance of the joint venture.
A complete and legally binding document with all the information required under this section titled "Joint Ventures" shall be included.
*** The Joint Venture Agreement must be signed and submitted. A signed English translation must also be provided***
Key Subcontractors: If an Offeror wishes to be credited with the experience of a key subcontract or supplier (i.e., a firm that is not the prime contractor part of the Joint Venture) a letter of commitment signed by the Key Subcontractor and the prime contractor shall be submitted. The commitment letter shall be submitted even if the firm is in some way related to a Joint Venture Partner (for example, the Key Subcontractor is subsidiary of a Joint Venture Partner, or a subsidiary of a firm to which the Joint Venture partner is also a subsidiary). Letters of commitment must unequivocally state that a key subcontractor or firm will perform for the purpose that its experience is being submitted. If a letter of commitment is not submitted, the experience associated with that Key Sub, will not be considered.
Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission such as prices, as this is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal.
How to submit your proposal:
a. Electronic Proposals. In an effort to reduce paperwork and costs, ALL RESPONSES TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY. Hand carried delivery or USPS/UPS/Fedex delivery of hard copies and/or CD-ROMs are not authorized. Facsimile submission is not authorized. Email submission is not authorized. ELECTRONIC PROPOSAL SUBMISSION IS REQUIRED THROUGH THE FEDBIZOPPS (FBO.GOV) "ELECTRONIC RESPONSE" FEATURE. The FBO vendor user guide has information & instructions on how to utilize this feature. The FBO vendor user guide is accessible via the following web URL: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf.
b. File Size Limitations. Offerors are advised to follow the FBO instructions for uploading files larger than 10MB (java upload). FBO has not posted official file size limitations for its electronic response module, however it has been observed that uploads to FBO tend to be problematic when the files are sized 100MB or greater. If needed, Offerors are advised to break the files down into smaller sections in order to upload it to the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below.
c. File Names. To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: Each filename shall begin with the solicitation number, followed by the word "RESPONSE", followed by your firm's name, and finally a brief file description.
EXAMPLE:
(1) "W912XXFYRXXXX RESPONSE Firmname Volume I.pdf"
d. File Organization, Formatting, and other instructions. Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 10 or larger. Pages shall be letter sized--larger page sizes (such as 11x17 foldouts, etc.) will be counted as two pages. Offerors shall prepare proposals in the English language. Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the factors. Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. Information pertaining to more than one evaluation factor should be repeated in the each section for each factor. Electronic files shall be Microsoft Windows compatible. Files shall be submitted in their native format (i.e. doc, xls, ppt, etc.), or if in pdf format, shall be in searchable text. If the electronic files are of a size at which they must be compressed (zipped), they shall be compressed into one zipped folder.
e. Upload Completion & Deadline. Interested parties shall submit responses no later than the date specified on solicitation document. The time & date of proposal receipt will be the upload completion / delivery time & date recorded within FBO. Do not assume that electronic submission will occur instantaneously. Large files (e.g. 10MB or more) will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes-this will allow for unexpected delays in the transmittal process and troubleshooting. Proposal submission difficulties should be coordinated with the Federal Service Desk at https://fsd.gov and/or +1-866-606-8220 (Mon-Fri 8am-8pm Eastern Time UTC -5:00). Experience shows that if an upload doesn't complete until after the deadline, the FBO system WILL NOT COMPLETE. The FBO system will automatically shut off the "Electronic Submission" feature at the specified deadline--once that occurs, the feature will disappear from the announcement. Offerors are encouraged to keep a copy of the upload confirmation for their record. Submissions after the deadline will be considered late and as such will be processed in accordance with FAR 15.208.
f. Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision "FAR 52.215-1, Instructions to Offerors Competitive Acquisition (Jan 2004)," subparagraph (e). The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations.
9. DUE DATE AND TIME:
Proposals are due by 1300hrs Central European Time on 11 February 2019.
10. POINTS OF CONTACTS for additional information:
a. Robert Corkrum, Contract Specialist
E-mail: robert.e.corkrum@usace.army.mil
Phone: +49-611-9744-2235 (outside Germany); (0)611-9744-2235 (within Germany)
b. David Neal, Contracting Officer
E-mail: david.neal@usace.army.mil
Phone: +49-611-9744-2632 (outside Germany); (0)611-9744-2632 (within Germany)
11. ATTACHMENTS:
a. Attachment 1: Letter of Commitment sample/template
b. Attachment 2: Past Performance Questionnaire (PPQ)
c. Attachment 3: Section C - Statement of Work