Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 24,1995 PSA#1331

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

C -- TWO INDEFINITE DELIVERY TYPE CONTRACTS FOR SURVEYING, MAPPING, AND GIS APPLICATIONS, OMAHA DISTRICT, OMAHA, NE SOL DACA45-95-R-0060 POC For further information, Contact Brian Hunter at (402) 221-4668. CONTRACT INFORMATION: Up to two Indefinite Delivery Type contracts, with the Solicitation Numbers of DACA45-95-R-0060 and DACA45-95-R-0061, may be awarded for a period of one year and may include an option for an additional one year extension. Each Delivery Order issued under each of these contracts will not exceed $150,000 with cumulative amount of each contract not to exceed $1,500,000 ($750,000 per year). Delivery Orders will be issued from time to time as the need arises during the contract period. Types of services required will include topographic surveying and mapping, boundary surveying, and GIS image processing tasks. Completion date is one year after date of award with an anticipated award date of October 1995 for the first contract. The anticipated award of the second contract would be December 1995. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for each of these contracts are that a minimum of 28% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and 8% be placed with SDB. PROJECT INFORMATION: Delivery orders under each of these contracts will include civil or military projects primarily within the Omaha District, but may include projects at civil or military sites anywhere within the United States. Projects will include topographic surveying and mapping and boundary surveying delivered as digital databases. Three dimensional (3-D) data collection techniques will be required, including (1) breakline technology (TIN/DTM compilation), (2) production of digital orthographic photography, and (3) locating and verifying both above and below ground utility systems. Boundary surveys will also be required, including courthouse research, (adjoiners, outgrants and easements), and licensed land surveying. Projects will involve locating underground utilities using all available means (e.g., radio frequency locators and ground penetrating radar). National Map Accuracy Standards requirements and control survey standards are required for all deliverables. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Topographic surveying and mapping as described above. (2) Boundary surveying and courthouse research as described above. (3) GIS and Computer Aided Drafting and Design (CADD) and ability to produce CADD deliverables fully compatible with one of the following: Intergraph Project Architect (version 3.4.1 or later), Intergraph Unix System 5 Microstation 32 (version 5.0 or later, Intergraph MS-DOS Microstation PC (version 5.0 or later), and GIS deliverables compatible with Intergraph IRASC, GIS (MGE) and modules, ARC/INFO GIS (Version 7.0 or later) and all modules, SOLARIS and SUN/OS. (4) Locating above and below ground utility system. (5) Producing quality products as evidenced by the firm's quality control procedures. (6) Effective coordination and management of the project team, including consultants. (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: land surveying (licensed), civil, mechanical or electrical (underground utilities) engineering (licensed), survey party chief, photogrammetry, GIS specialist and CADD specialist. (c) Capacity to accomplish the work in the required time, including adequate equipment and the ability to provide more than one survey team at a time. (d) Past performance as described in Note 24. (e) Location with respect to the general geographic area of the Omaha District. (f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort.(g) Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be sent to the U.S. Army Corps of Engineers and addressed as follows: Omaha District, A-E Contracts Support Section, ATTN: John M. Miller, CEMRO-ED-MG, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter- relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. (c) A list of surveying and mapping, GIS and CADD equipment. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District will not be scheduled. Administrative and procedural questions shall be directed to John M. Miller at (402) 221-4176. (0110)

Loren Data Corp. http://www.ld.com (SYN# 0015 19950421\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page