Similar Projects
Civil Engineering Services
Alteration
Bidding
New Orleans, LA

Indefinite Delivery/Indefinite Quantity (IDIQ) Unrestricted A-E Contracts For General Design and other Related Services within The Boundaries
New Construction, Infrastructure
Bidding
$15,000,000 est. value
New Orleans, LA

Engineering, Planning and Development
Post-Bid

House of Detention Demolition
Infrastructure
Post-Bid
New Orleans, LA

Southern Region Facilities Architect-Engineer Multiple Award Contracts
Results
$2,500 to $6,000,000 est. value

Small Business South Atlantic Gulf Region 2 IDIQ Multi-Disciplinary Ae Design Services - Request For Qualifications
Results
$1,000,000 to $30,000,000 est. value

Engineering - Water Pipeline Infrastructure Improvements Program Management
Infrastructure
Bidding
$2,000,000 est. value
Jefferson, LA

Milneburg Neighborhood Stormwater Resilience Project
Infrastructure
Post-Bid
Less than $6,040,000 est. value
New Orleans, LA 70122

A-E Shortlist for USDA-FS, Region 8 and 10, SRS-PNW-LITF Research Stations 2021
New Construction
Results

Poland Avenue Wharf Berth 4 and 5 Structural Inspection and Load Rating Professional Services
Term Contract
Bidding
New Orleans, LA 70117

Development of 1429-31 Saint Bernard Avenue
New Construction
Post-Bid
New Orleans, LA 70181

Idiq for Bridge Instrumentation Services
Infrastructure
Results

Design - Department of Public Works Sign and Signal Shop
Demolition, Infrastructure
Bidding
New Orleans, LA 70119

New City Hall at Municipal Auditorium Project Management Services
New Construction
Post-Bid
New Orleans, LA 70181

Idiq for Professional Surveying Services
Infrastructure
Results

Reported 07/24/2022 12:00 AM
Project Title

A and E Contract for Surveying, Mapping and Related Services Within the New Orleans District Construction Division

Physical Address View project details and contacts
City, State (County) New Orleans, LA   (Jefferson County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids.
Project Status Accepting Qualifications, Construction Start Expected January 2023,
Bids Due View project details and contacts
Estimated Value $3,000,000 [brand] Estimate
Plans Available from Federal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) A&E CONTRACT FOR SURVEYING, MAPPING AND RELATED SERVICES WITHIN THE NEW ORLEANS DISTRICT CONSTRUCTION DIVISION CONTRACT INFORMATION: The U.S. Army Corps New Orleans District Construction Division has a requirement for Architect and Engineering (AE) services under NAICS 541370. These AE services include field tasks of topographic, and control surveys including GPS vertical surveys along levees and other areas primarily within the New Orleans District, and to a lesser extent within the Mississippi Valley Division. The intent is to award a 100% small business set aside, A&E contract for survey services under NAICS code 541370. One contract award is anticipated, with a performance period of 3 years. The contract will not exceed $3,000,000. To be eligible for contract award, the firm must be registered in the DOD System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov. 2. PROJECT INFORMATION: Services are to be accomplished through the services of qualified surveyors on various types of construction projects including, but not limited to, buildings, locks, dams, levees, revetments, jetties, and dredging. Services shall include hydrographic surveys, topographic surveys, construction layouts, quantity and measurement surveys, As Built surveys, establishment of T.B.M.'s and in some cases, P.B.M.'s to first, second, and third order accuracy as may be required. The firm must have the in-house capability of performing surveys using a total station and a data collector and of electronically transmitting the survey data to a microcomputer. The firm must also have the in-house capability to provide Global Positioning System (GPS) Real Time Kinematic (RTK) crews and DGPS Hydrographic crews. The firm must show at least three (3) years of surveying experience including hydrographic surveying of navigable channels and have a current land surveyor licensed in the State of Louisiana. The firm must have the in-house capability to provide a minimum of three (3) 3-person survey parties, each with vehicles, land and hydrographic survey equipment. The firm must also have the in-house capability to provide one (1) boat (18' minimum). The firm must demonstrate the in-house capability (staff and equipment) to perform surveys utilizing GPS RTK and must be able to provide a minimum of one (1) GPS RTK survey party. The geographic location in which these services will be performed is within the limits of the New Orleans District. Services may be required in remote places. All work will be performed within the boundaries of the New Orleans District area of responsibility. 3. SELECTION CRITERIA: The selection criteria are listed below Criteria a through g are primary. Criterion h is secondary and will only be used as a "tie-breaker" among firms that are essentially technically equal. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). All criteria require compliance with paragraph 2 above Project Information. PRIMARY CRITERIA: a. Specialized Experience and Technical Competence: Submittal must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five years in the types of services specifically indicated above in paragraph 2. "PROJECT INFORMATION", to include conventional surveying and GPS Surveying, both static and RTK as well as hydrographic surveys. b. Qualified Personnel: The submittal must identify the qualifications of personnel in key disciplines, typically: (1) Registered Land Surveyors, with State of Louisiana licensing and (2) Survey, CAD, GIS, photogrammetric and/or technicians. Demonstrate professional qualifications necessary for satisfactory performance of required services. The evaluation will consider the education, training, licensing, certification, overall and relevant experience, and longevity with the firm. c. Knowledge of Locality: Submittals must demonstrate familiarity with the New Orleans District's area of operation and have experience in Louisiana. d. Capacity: Submittals must demonstrate the capability to perform at least two task orders simultaneously within prescribed schedules. The prime must be capable of performing more than 50% of the assigned task order work during any fiscal year throughout the contract. The evaluation will consider the joint experience of the firm, and any joint venture partners or consultants, in similar projects and the availability of an adequate number of personnel in key disciplines to complete the task orders within normal schedules. The evaluation will consider the key persons identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II. e. Past Performance: 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 CPARS, PPIRS and other sources. f. Quality Control Plan. Submit a sample Quality Control Plan outline sufficient to demonstrate a program that ensures delivery of a quality product. g. Safety Plan. Submit an outline sufficient to demonstrate an acceptable Safety Plan and an indication of Safety Performance (number of hours lost per 100,000 man-hours). SECONDARY CRITERIA: h. Geographic Proximity: The location of the firm, or firms, and its survey crews' stationing, with primary responsibility for the contract with respect to time and distance to the New Orleans District headquarters. 4. SUBMISSION REQUIREMENTS: Interested firms that have the capability to perform the services described in this announcement are invited to submit one electronic copy of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than 1400 hrs Central Time on the closing date of this announcement. The evaluation criteria listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. Include the firm's ACASS and UEI number in SF 330, Block 3b. For ACASS information, see Internet site HTTP://WWW.HQ.USACE.ARMY.MIL/cemp/e/es/acassweb, or call (503) 808-4590. The evaluation factors listed above must be addressed in the appropriate sections of the SF 330 for the prime contractor as well as all subcontractors and consultants, and any other pertinent information. The SF 330 Part I shall not exceed 100 pages (8.5 x 11 inch sheets), including no more than 50 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than point size 11. 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 . 5. POINTS OF CONTACT: Primary Point of Contact: Katherine Younts Email: Katherine.b.younts@usace.army.mil Solicitation documents will be posted to www.sam.gov on or about 18 August 2022.

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.
Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents