BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Philadelphia, Pennsylvania. Contact the soliciting agency for additional information.

1. CONTRACT INFORMATION: One Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Hydrographic Surveying and related services is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This solicitation is Small Business Set Aside. North American Industrial Classification System (NAICS) Code is 541370; size standard = $16.5 M of gross annual revenues per year over the last 3 fiscal years. The top firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. Work will primarily be performed within the boundaries of the U.S. Army Corps of Engineers (USACE) Philadelphia District (PA, NJ, NY & DE), but could also include other states and districts covered by the USACE North Atlantic Division's (NAD) mission areas (ME, VT, NH, CT, RI, MA, MD, VA, WV, and the District of Columbia). The contract will be negotiated and awarded with a five-year ordering period. The amount of the contract will not exceed $6,000,000. Individual Task Orders are not expected to exceed $200,000. Work will be issued by negotiated firm-fixed-price task orders. Award of the contract to the selected firm is anticipated in Summer 2022. The minimum guarantee amount over the life of the contract is $10,000. Applicant firm must be registered in SAM. 2. PROJECT INFORMATION: The selected firm would be used primarily for hydrographic survey work in conjunction with topographic surveying work to effectively monitor beach erosion along the Atlantic coast of NJ, DE, and NY. The selected contractor must have the ability to furnish information using state-of-the-art electronic data collection equipment, including Real Time Kinematic and Differential Global Positioning Survey Systems, and inertial motion units, and the ability to process collected data into the required digital formats including but not limited to Hypack software, Autocad Civil3d, and ESRI ArcMap. Digital mapping required will include the production of mapping depicting all visible physical features, cross sections, digital elevation models and development of contours from point data. Metadata, data formatted to specifications, raw and edited electronic data will be required. Typical Task Orders under this IDIQ may include the following: (1) Beach erosion and replenishment monitoring surveys utilizing state-of-the-art methods. (2) All modes of GPS, which shall include static, kinematic, RTK, and Post Processed Kinematic; (3) High resolution multi-beam Sweep Surveys; (4) High resolution side scan sonar surveys; (5) Investigation requiring the use of Remotely Operated Vehicles (ROV) for visual or digital imaging; (6 ) Surveys using high resolution imaging sonar; (7) Bottom surface or core sampling, testing and analysis; (8) Magnetometer Surveys; (9) Environmental monitoring and Wetlands restoration surveys and studies; (10) Wreck and underwater obstruction/site investigations; (11) Singlebeam hydrographic surveys, utilizing industry standard survey grade depth recorders at both high and low frequencies; (12) Jetty/groin surveys; (13) Topographic survey capabilities to augment hydrographic surveys; (14) Over-bank surveys; (15) Hydrological/hydraulic surveys/studies; (16) Monitor dredge disposal sites; (17) Surveys of bulkhead or property boundary to determine construction easements on beach replenishment or coastal structure rehabilitation projects Work in other areas of the North Atlantic Division Area of Operations may be required. All work shall comply with the ruling jurisdictional regulations and laws to include the requirements for registrations, licenses, and certifications. Certain labor classifications under this contract will fall under the Service Contract Act provisions; information relative to this will be provided after selection and prior to negotiation. Responding firms must be familiar with USACE requirements and regulations. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criteria and then by each sub-criteria). Criteria a-f are the factors. Firms will be evaluated based upon the experience, qualifications, and capabilities of the proposed team (prime and subcontractors) against each of the selection criteria. (a) Specialized Experience and Technical Competence. Firms should demonstrate specialized experience and technical competence in: 1. Beach erosion and coastal monitoring surveys combining singlebeam hydrographic survey data with wading, sea sled, or other direct measurement land survey data in the surf zone. 2. Topographic surveying, utilizing state-of-the-art survey methods such as: Global Navigation Satellite System (GNSS) surveys, mobile and terrestrial laser scanners. 3. Using Computer Aided Design (CAD), Geographic Information Systems (GIS) and other software to develop surfaces, profiles, contour mapping, and data files in specified formats. 4. Multibeam and side scan sonar high resolution surveys. 5. Structural monitoring surveys combining hydrogaphic and terrestrial survey methods. 6. Sub-bottom, magnetometer and geophysical surveys. 7. Vibracore sampling in shallow water (up to 15'water depth) & Bottom sampling Information contained in the SF 330 Part I, Section F will be the primary basis for evaluation against this criteria. Special consideration will be given to projects occurring in the Atlantic North East (the coastlines of NJ, NY, DE, MD, VA, & NC). Projects in which the firm's work was completed in the last six (6) years will also be given more consideration. Experience working on projects for USACE will be looked upon favorably when evaluating these criteria. (b) Professional Qualifications. Identification, qualifications (professional registration/licensure/certification and education) and experience of staff related to hydrographic, topographic and general experience to accomplish the work specified above. (1) Resumes demonstrating experience and associated qualifications are required for the following key personnel. The evaluation will consider education, training, registration, certifications, longevity with the firm, and relevant experience of specified personnel performing the role for which they are proposed to be used on the contract. Key Personnel: - NSPS/THSOA certified hydrographer (c) Capacity to Accomplish the Work: The firm must demonstrate the capacity to execute the full value of the contract over the ordering period - accomplishing multiple task orders concurrently while maintaining quality and schedule. A firm shall be evaluated on the available capacity of key personnel from the prime firm and its team. (d) Knowledge of Locality & Geographic Proximity. Location of the firm's office(s) as well as those of their team in the general geographical area of the five Philadelphia Area States will be considered. (e) Work Management and Teaming. A proposed management plan shall be presented in Part I, Section H of the SF 330 that references the organization chart provided in Part I, Section D of the SF 330. The plan shall briefly address the firm's management and philosophical approach for executing the work to be performed under this contract and its approach for ensuring the quality of work performed by the firm and their subcontractors. The plan shall include information on quality control procedures, coordination of in-house disciplines and consultants, and relevant experience working with each of the subcontractors on similar projects. Section C, Section F, and Section G will also be used to evaluate this criterion. (f) Past Performance. The firm must possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules as determined by information pulled from the Contractor Performance Assessment Reporting System (CPARS). The Government will retrieve and evaluate the CPARS reports, if available, for the ten projects provided in Section F of the SF330, as these projects should be the most relevant project examples provided. (NOTE: A CPARS report will not be available if the contractor has not yet completed its portion of the CPARS.) If a CPARS report is not available, the firm shall complete Part I of the Past Performance Questionnaire, send it to the customers for these five projects to complete Part II of the Past Performance Questionnaire, request that it be returned to the firm, and submit it with the SF330 submission. No sealed envelope is required. A blank Past Performance Questionnaire can be found attached to this synopsis/solicitation. The contractor should provide the full contract number and task order number (if applicable) for any Federal contract listed in Section F of the SF330. The evaluation board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from CPARS or if no Past Performance Questionnaire is provided. If little to no relevant past performance data (CPARS reports, Past Performance Questionnaires or information in Section H) is available for the five most relevant projects, the contractor may be given a neutral evaluation regarding past performance. 4. SUBMISSION REQUIREMENTS: Interested firms able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant and if a joint venture, for the joint venture entity. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. If a joint venture is being utilized, a copy of the joint venture agreement must be included in Part II. Submissions must be made via email to: Peggy Grant, Contract Specialist, peggy.grant@usace.army.mil. Please also provide a courtesy copy e-mail to Jamaal.A.Edwards@usace.army.mil not later than 5pm EST on 24 February 2022. Facsimile transmissions will not be accepted. Include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. On the SF 330, Part I, Block F, up to 10 example projects shall be listed in order of relevance to the type of work anticipated to be performed under this contract. Note that multiple projects performed under an IDIQ contract cannot be submitted as a single example project. In the SF 330, Part I, Block F, Box 24, provide the following information for each project: month/year the firm's work started and completed; total contract value of the contract and the value of the work performed by the firm and any team subcontractors to be used on this contract; and customer point-of-contact who can be reached for references (phone number and email address). If a sample project is a federal procurement, include the applicable contract number. In the SF 330, Part I, Section H, provide the firm's proposed Work Management approach for this contract including its approach for ensuring the quality of work performed by its subcontractors. In the SF 330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects for which Specialized Experience and Technical Competence is being sought as well as documentation to support past performance selection criteria such as copies of applicable certificates and/or awards. The last day to provide questions regarding this synopsis or the submission requirements is 5pm EST on 28 January 2022. The Offeror's response shall be submitted electronically. Files shall not contain classified data. The use of hyperlinks in responses is prohibited. THE ONLY AUTHORIZED TRANSMISSION METHOD FOR SUBMISSIONS IN RESPONSE TO THIS SYNOPSIS SOLICITATION IS THROUGH E-MAIL TO peggy.grant@usace.army.mil. Please also provide a courtesy copy e-mail to Jamaal.A.Edwards@usace.army.mil. NO OTHER TRANSMISSION METHODS (FILE TRANSFER, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED. RECEIPT OF SUBMISSIONS: For the purposes of establishing whether a submission is considered late, the government considers the date and time of receipt of the email to the Contract Specialist and/or Contracting Officer. The government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive responses on its behalf. Offerors are responsible for ensuring that responses are submitted to reach the designated recipient. Offerors are responsible for allowing sufficient time for the response to be received in accordance with the instructions provided. The SF 330, Part I, shall have a page limit of 50 pages. A page is one side of an 8 1/2 " x 11" sheet of paper. 11" x 17" (single side) pages may be used to provide graphical information or images that do not fit well on an 8 1/2 " x 11" sheet but this counts as two pages. Front and back cover and section dividers and past performance questionnaires or CPARS reports do not count toward the page limit. Font size shall not be less than 10 font and the margins for pages that supplement the SF 330 forms shall not be less than one inch with the exception that 1/2 inch margins are allowed when using the Standard Form 330. Pages in excess of the page limit will not be evaluated. The Philadelphia District does not retain SF 330 Part IIs on file. All contractors must be registered in the System for Award Management (SAM) to be considered for award. Information regarding registration can be obtained online at www.sam.gov or by telephone at 1-866-606-8220. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different SAM records for the same vendor at the same physical location. For any general or administrative questions, contact the Contract Specialist, Peggy Grant, Contract Specialist, peggy.grant@usace.army.mil. Solicitation packages are not provided. THIS IS NOT A REQUEST FOR PROPOSAL. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, questions may be directed to the point of contact for this announcement

Post-Bid

Military

$6,000,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
824
Active Projects
461
Bidding Soon
6,325
All Active Projects
2,676
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

February 24, 2022

March 24, 2022

img_map_placeholder

Multiple Locations, Philadelphia, PA

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.