Search Contract Opportunities

Professional Land Survey Services IDC primarily for Border Infrastructure Project Management Office, US Army Corps of Engineers   10

ID: W9127S19R6016 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

C-Architect and Engineering Services-Professional Land Survey Services Indefinite Delivery Contracts Primarily for Border Infrastructure Project Management Office, U.S. Army Corps of Engineers
________________________________________________________________________________

General Information
Document Type:
Solicitation Number: W9127S-19-R-6016
Posted Date:
Original Response Date:
Current Response Date:
Original Archive Date:
Current Archive Date:
Classification Code: C - Surveying and Mapping Services
NAICS Code:
541- Professional, Scientific, and Technical Services 541370 - Surveying & Mapping Services
Contracting Office Address
US Army Engineer District, Little Rock, 700 West Capitol Avenue, Little Rock, AR 72201.
Description:
This is a combined synopsis/solicitation for Architect & Engineering (A-E) Services being procured in accordance with PL 92-582 (formerly known as the Brooks A-E Act) as implemented in Federal Acquisition Regulation (FAR) Part 36.6. A written solicitation will not be posted.
1. CONTRACT INFORMATION: The United States Army Corps of Engineers (USACE), serves as the nationwide program and project management service provider for the Department of Homeland Security (DHS), Customs and Border Protection (CBP). Professional Land Survey Services for CBP extend the entire southern border of the United States with Mexico, which primarily encompasses the four states of California, Arizona, New Mexico, and Texas. The contracts to be awarded under this acquisition strategy/plan are primarily intended to support Professional Land Survey Services for the border infrastructure program along the Southwestern Border of the United States, but may also be used in support of other Professional Land Survey Service needs for USACE programs within the boundaries of the Southwestern Division (SWD) and the South Pacific Division (SPD).
The Professional Land Survey Services procured under these contracts may include, but are not limited to the following: Boundary surveying for the transfer of land, creation of land tracts or parcels, preparation of easements, preparation of legal descriptions for the transfer of land or easements, identification of boundary discrepancies, location of property improvements, mapping of encroachments, the mapping of identified areas, preparation of metes & bounds descriptions, acquisition and preparation of topographic surveying data, performance of hydrographic surveying, creation of documents or maps required for zoning classifications and may include other services that are professionally, historically or generally provided as service by a professional license land surveyor.
USACE intends to award a target of ten Indefinite Delivery Contracts (IDC) as a Total Small Business Set-Aside pool with a shared $240 million award capacity. This solicitation seeks a pool of contractors who demonstrate the competence and qualifications to meet Professional Land Surveying requirements at fair and reasonable prices. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. The highest qualified candidates shall be selected to negotiate fair and reasonable price rates. The rates will be negotiated for the base period as well as for the option period. If the rate negotiations do not result in an agreement, the Government will terminate the negotiations with the selected candidate and will then negotiate with the next highest ranked candidate.
Each contract will have a base ordering period of three (3) years plus two (2) twelve-month option periods. All task orders will be Firm Fixed Price (FFP). The option period may be exercised at the discretion of the Contracting Officer prior to the base period expiring. The selected contractors will be placed into a pool of contractors.
2. PROJECT INFORMATION: Architecture and engineering services are required for various military and civil works projects. All work must be performed by or under the direct supervision of a licensed professional surveyor. The contractor shall comply with all applicable federal, state and local laws and regulations as well as with all U.S. Army Corps of Engineers engineering and planning criteria.
It is estimated that there will be 366 requirements over the five year period for which individual task orders may be issued. These task orders will be issued as needed and each task order will have its own schedule for project completion. Task Orders will be evaluated based upon level of effort for the scope of services developed for individual projects. All task orders issued will be negotiated firm-fixed-price task orders and will be issued under the terms and conditions of this Indefinite Delivery Contract. The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued. The minimum guaranteed amount is $2,500.00 (Two Thousand and Five Hundred Dollars) for the base contract period only. There is no minimum guarantee for any subsequent option periods. The minimum task order amount is $30,000 and the maximum task order amount is $2,000,000, however, firms may agree to accept requirements outside these parameters.
Antiterrorism and Operations Security (AT/OPSEC) requirements as well as E-Verify (employment) will be required for all Military or Civil Works Infrastructure projects. For other tasks, determination will be made per individual task order.
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. The North American Industry Classification System (NAICS) code for this action is 541370 with a small business size standard of $15,000,000.00.
3. SELECTION CRITERIA: The selection criteria are listed below. Criteria A thru E are primary. Criteria F is secondary and will only be used as a tie-breaker among technically equal firms. Primary criteria are all of equal importance.
A. Professional qualifications necessary for satisfactory performance of required services: The firm must be licensed to perform surveying services in all of the states where the contract has been targeted to be performed. In the primary states of Texas, New Mexico, Arizona and California, the firm must have at least two licensed Land Surveyors in each of the primary states with both Land Surveyors having at least five (5) years of documented relevant work history. The states of Arkansas, Missouri, Louisiana, Oklahoma, Kansas, Colorado, Utah, and Nevada are the secondary states. The firm must have at least one licensed Land Surveyor in each of the secondary states who has at least five (5) years of documented relevant work history. Include a list of the Land Surveyors complete with their license number that will be utilized in each of these states. Firms teaming with other small business firms in order to meet the licensing requirement is encouraged and may be given additional consideration.
B. Specialized experience and technical competence perform boundary surveys: Firms must demonstrate that they either own or can routinely lease global positioning systems (GPS) capable of Real-time kinematic (RTK) and Static observations using the current Global Navigation Satellite System (GNSS) constellation. Systems using similar satellite vehicles controlled by non-Department of Defense agencies may receive additional consideration. A minimum of two (2) GPS rovers for every team in the field is mandatory, more capability will result in additional consideration. Network connectivity is not available is some remote areas so the ability to broadcast RTK corrections is necessary. Traditional survey tools such as total station, auto level, tape and chain must be available. Experience setting type "G" monuments with brass or aluminum type caps, as defined in EM 1110-1-1002, must be demonstrated. Proficiency utilizing GPS equipment to establish second order class one horizontal control, and vertical geodetic control with a 2 cm residual, including documented experience submitting control for publishing in the National Spatial Reference System (NSRS) is required. All equipment, procedures and calibration must meet USACE Survey EM 1110-1-1005 and EM 1110-1-1003 in order to meet the minimum standards required for this contract. Long term experience utilizing traditional survey practice and procedures in addition to modern GPS capability will be considered an added benefit to the team. All firms must be familiar with utilizing and submitting control point documentation in the USACE Control database "U-SMART", and adding boundary information to the U-SMART database, as required by ER 1110-1-8170. All firms must be familiar with submitting control to the National Geodetic Survey (NGS) Online Positioning User Service (OPUS) website, and using OPUS Projects. Documentation demonstrating experience successfully publishing control points and / or projects to NGS and the USACE will receive additional consideration. For additional consideration, include a list of OPUS Share Permanent IDs (PIDs), no more than 10; U-SMART PID's with boundary information attached, no more than 10; and Links to no more than four (4) OPUS Projects that you have submitted. Task orders will include documents relating to border land use and ownership records that may be old historic documents as well as potentially original historic land grants. Experience in historic land grants is required. In the Public Land Survey System (PLSS) States, show examples of sectional breakdown, in regular and irregular sections. A meets and bounds land descriptions is required to complete the final goal of appropriate land ownership. Demonstration of significant accomplishments in this area may lead to a higher experience rating. The previously mentioned engineering regulations (ER) and manuals (EM) may be found at: https://www.publications.usace.army.mil/USACE-Publications/Engineer-Manuals/
C. Capacity to accomplish the work in the required time: The firm, at a minimum, must be capable of deploying five (5) - two (2) person field survey teams simultaneously with the appropriate office support staff consisting of at a minimum of one (1) CADD & 1 Engineering Technician for each field team. Also additional persons or sub-contractors for researching historic deed and title documents in order to determine clear title transfer to the Government are required. The ability to field a larger number of field teams from small business firms and appropriate office support staff from small business firms may result in a team being given additional consideration. A minimum of two (2) GNSS multi frequency receivers for every team in the field is mandatory, more capability may result in a team being given additional consideration. The ability to process and adjust static GNSS observations will be required for control surveys. Personnel and equipment lists (field & office including software license) are required in order to verify capacity
D. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules: The selection team will review past performance on DOD and civil works contracts with respect to quality of work, cost control, and compliance with performance schedules. Evaluation will be based on established Architect-Engineer Performance Evaluation ratings currently stored in the Contractor Performance Assessment System (CPARS) and other credible documentation included on the SF 330. Projects older than five (5) years will not be considered. Similar projects newer than three (3) years will receive higher ratings. It is important to show projects that have been performed by an experienced and well established team.
E. Location in the general geographic area of the project or knowledge of the locality of the project: Firms within the general vicinity or with knowledge of the local area of the southern border may be given additional consideration because of their familiarity with the area.
F. Capacity to accomplish the work in the required time: Volume of DOD contract awards in the last 12 months: Considerations may include: (1) Equitable distribution of contracts among qualified A-E firms (2) CPARS retrievals; and (3) Current workload. In Section H of the SF 330, prime firms must show their last 12 months of Federal contract awards, including contract number, dollar amounts, and numbers of separate contracts or task orders.
All work under this contract is subject to satisfactory negotiation of individual task orders. The evaluation will consider the experience of the firm and the availability of an adequate number of personnel in key disciplines to insure that the selected A-E firm can meet the potential of working on multiple tasks. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm.
4. SUBMISSION REQUIREMENTS: All requirements of this announcement must be met for a firm to be considered for selection. A-E firms meeting the requirements described in this announcement shall submit two (2) hard copies and one (1) electronic copy in a Searchable Adobe Acrobat format (pdf) of Standard Form (SF) 330 Parts I and II, Architect-Engineer Qualifications, Parts I and II for the prime and all consultants, to U.S. Army Corps of Engineers, Little Rock District, CESWL CT, ATTN: A&E Contracting Section (Room 7315) P.O. Box 867, Little Rock, Arkansas 72203-0867. No phone calls will be accepted nor will visits be scheduled to discuss this solicitation. Please clearly indicate the Solicitation Number and POC name on the outside of the package. Proposals must be received by no later than 2:00 PM CDT on June 25, 2019. Submittals via https://safe.amrdec.army.mil/SAFE/

SF 330 may be obtained via the web site at http://www.gsa.gov/forms-library, enter "SF330" into the search field. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the System for Award Management (SAM) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.sam.gov.
The SF 330 must also include the following: Section C: for each firm listed, indicate if the firm has worked with the Prime in the past 5 years. Section E: Indicate each key person's primary office location. Section E: Professional registrations must include the year, discipline and state in which registered. Section E: Block 13, ROLE IN THIS CONTRACT. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13. Section F. Indicate firm's fee in terms of thousands of dollars, not percentage of work completed. Section G: Block 26, in addition to key personnel names, include the firm associated with the individual. Section H: Prime firm's Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code.
Key Personnel Resumes
Resumes for key personnel shall be limited to the Licensed Surveyor (LS) and the backup LS for each primary state and the Licensed Surveyor for each of the secondary states, sixteen (16) maximum. Additional LS within the team shall be listed in a tabulation referencing the LS name, all state license, and date of original issue
Resume for Party Chiefs that will be assigned to work in each state, maximum of five (5). Additional Party Chiefs that may be assigned to this project may be listed in a tabulation referencing their name, firm affiliation, years of experience, and role in any of the example projects.
Resumes for CAD Technician up to five (5) technicians utilized in this contract. Additional CAD Technicians that may be assigned to this project may be listed in a tabulation referencing their name, firm affiliation, years of experience, and role in any of the example projects.
Resumes for Survey Technicians who will be responsible for general survey computations, adjustments, GNSS Processing, and documentation, no more than five (5) technicians. Additional Survey Technicians that may be assigned to this project may be listed in a tabulation referencing their name, firm affiliation, years of experience, and role in any of the example projects.
Quality Control Plan
In section H of the SF 330, include a generic quality control plan that you will use to later develop a project specific quality control plan for each project. It should detail quality control to comply with state and local laws, and the appropriate U.S. Army Corps of Engineers Engineer Manuals and Engineer Regulations.
Project Resumes
Firms should submit at a minimum two (2) project resumes for each primary state specified (Texas, New Mexico, Arizona, and California) related to the following capabilities, additionally 2 resumes for any highly technical specialized projects in a field related to the projects anticipated under this contract:
1. Working with historic deeds, land grants, resolution of gaps or overlaps between adjoining properties.
2. Working in the PLSS to perform sectional breakdown, and subdivision of the section, including irregular sections.
3. Meets and Bound descriptions, deeds, easements, planning, executing field work and submitting Geodetic control for publishing by NGS and / or the U.S. Army Corps of Engineers.
4. Survey projects requiring planning and execution of survey projects in remote areas and under harsh environmental conditions including safety and security requirements complying with USACE or similar agency requirements.
PAGE LIMITATION: The SF 330 Part I and Part II shall be limited to 85 pages in total. A page is counted as one (1) side of a sheet of 8-1/2 inch by 11inch paper. Any sheet of paper included that is larger than 8-1/2 inch by 11inch will count as two pages. Font type shall be Arial and the font size shall be 12 or larger.
POINT OF CONTACT FOR THIS ANNOUNCEMENT IS Ms. Gail Mance. SUBMIT QUESTIONS TO: gail.a.mance@usace.army.mil. Be sure to include solicitation number W9127S-19-R- 6016 and project title on the subject line of your email. This notice is posted in its entirety and hereby serves as the official solicitation for this project.

Overview

Response Deadline
June 25, 2019, 4:00 p.m. EDT Past Due
Posted
May 24, 2019, 1:37 p.m. EDT (updated: Nov. 19, 2019, 7:39 a.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
54% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/24/19 USACE Little Rock District issued Synopsis Solicitation W9127S19R6016 for Professional Land Survey Services IDC primarily for Border Infrastructure Project Management Office, US Army Corps of Engineers due 6/25/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541370 (SBA Size Standard $19 Million) and PSC C.
Primary Contact
Title
Contract Specialist
Name
Gail Mance   Profile
Phone
(501) 340-1258

Secondary Contact

Title
Execution Branch Chief
Name
AJ Brown   Profile
Phone
(501) 340-1038

Documents

Posted documents for Synopsis Solicitation W9127S19R6016

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W9127S19R6016

Award Notifications

Agency published notification of awards for Synopsis Solicitation W9127S19R6016

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W9127S19R6016

Contract Awards

Prime contracts awarded through Synopsis Solicitation W9127S19R6016

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W9127S19R6016

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W9127S19R6016

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SWD > US ARMY ENGINEER DISTRICT LITTLE RO
FPDS Organization Code
2100-W9127S
Source Organization Code
100221423
Last Updated
June 1, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 1, 2020