|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1995 PSA#1360U.S. Army Corps of Engineers, Galveston District, ATTN: CESWG-ED, Room
201B, P.O. Box 1229, Galveston, Texas 77553-1229 or 2000 Fort Point
Road, Galveston, Texas 77550 R -- PROFESSIONAL SURVEYING AND MAPPING SERVICES, GALVESTON DISTRICT
SOL DACW64-95-R-0010 POC Contact: James H. Benham III, A-E Contract
Coordinator, 409/766-3177; Curtis Cole, Jr., Contracting Officer,
409/766- 3185 CONTRACT INFORMATION: Professional surveying and mapping
services, both land and hydrographic to be procured in accordance with
PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various
projects within the Galveston District Boundaries. One indefinite
delivery type (IDT) contract will be negotiated and awarded with a base
period of one year and an option period of one year. Individual,
fixed-price delivery orders will not exceed $150,000, and the annual
ceiling for the base and the op- tion year is $750,000. Minimum
guaranteed amounts are $15,000 should no work be ordered during the
contract's base year and $7,500 should no work be ordered during the
option year, provided the Government exercises the option. The contract
is anticipated to be awarded in November 1995. The contract will be in
effect concurrent with another contract for similar survey services.
Delivery orders may be placed with the Contractor that the Con-
tracting Officer determines best qualified considering experience in
the specific work requirement, familiarity with the work area, capacity
to complete the order in the required time period, quality of
performance on previous orders, and/or distribution of work in relation
to the effective period of each contract, if significantly less work
has been awarded under the other con- tract. This announcement is open
to all businesses regardless of size. If a large business is selected
for this contract, it must comply with FAR 52.219-9 regarding the
requirement for a sub- contracting plan on that part of the work it
intends to sub- contract. The subcontracting goals for the contract are
that a minimum of 52.5 percent of the contractor's intended subcontract
amount be placed with small business (SB), including small disad-
vantaged businesses (SDB), and 8.8 percent be placed with SDB. The plan
is not required with this submittal. The wages and benefits of service
employees (see FAR 22.10) performing under this contract must be at
least equal to those determined by the Department of Labor under the
Service Contract Act. This ac- quisition is being conducted under a
specific agency delegation of GSA's exclusive procurement authority for
FIP resources. The specific GSA DPA case number is KKA-95-AD-002.
2.PROJECT INFOR- MATION: No specific work has been identified at this
time. The Galveston District extends along the entire Texas Gulf Coast
in- land approximately 100 miles and into Louisiana. Services are to
be used in support of engineering and planning studies, designs,
operations and maintenance of navigation, flood control and beach
erosion programs; real estate matters; and other requests of the
District, both civil and military. Work locations will include terrain
of varying types, steepness and consistencies ranging from dry land to
soft marsh lands including swamp and dredged material placement areas
which may be covered by shallow water. Locations will also include
inland waterways and channels, rivers, streams, lakes, bays and other
similar bodies of water, and waters offshore. The work consists of
hydrographic, topographic, cadastral, and various types of land surveys
and as- sociated office work to include but not limited to: horizontal
and vertical control (second and third order); cross sections and
profiles on land and water; topographic and planimetric surveys;
construction layout; base lines and reference lines; property and
boundary surveys; monumentation with descriptions of survey points;
computations and compilation; drafting; and general of- fice work
necessary to accomplish the final product prescribed in each delivery
order. Horizontal and vertical control will be Corps of Engineers,
National Geodetic Survey and local networks as approved by the
Contracting Officer. Hydrographic surveys shall be performed using both
conventional methods (tag line, wire wheel, etc.) and automated data
collection systems. Control shall be established by transit/level, data
collector and/or Global Positioning System (GPS) as required by the
Contracting Officer. End products shall be submitted in field books,
reports, maps and drawings in hard copy and digital formats com-
patible with the District's word processor (WordPerfect version 5.1 or
later), spreadsheet (Lotus 1-2-3 version 2.3 or later) and Computer
Aided Design and Drafting (CADD) (Intergraph Microsta- tion Design File
(DGN) version 4.0.3.2 or later) systems as re- quired by the
Contracting Officer. 3.SELECTION CRITERIA: See Note 24 for general A-E
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and then by
sub-criterion). Criteria a-f are primary while criteria g-i are
secondary and will only be used as ''tie-breakers'' among the
technically equal firms: a.Professional qualifications and their
experience in the fol- lowing key positions: (1)Registered Professional
Land Surveyors licensed in the state of Texas. (2)Survey and
Engineering Tech- nicians experienced in automated hydrographic data
collection. (3)Party Chiefs and Instrument Persons experienced in
gathering data by both conventional data collector and GPS methods.
(4)Engineering and Survey Technicians experienced in compilation and
computation of data obtained by both conventional and automated survey
methods. (5)Drafts Persons and CADD Operators experienced in
processing survey data. (6)CADD Managers ex- perienced so as to provide
digital data in a format compatible with the Galveston District's
Intergraph CADD system. (7)Rod and Chain Persons. The evaluation will
consider education, training, registration, overall and relevant
experience, and lon- gevity with the firm. b.Specialized experience
(within the past two years) and technical competence of the firm and
its staff in using both conventional and automated methods and
equipment: (1)Hydrographic, topographic and cadastral surveys;
horizontal and vertical control (second and third order); cross
sections and profiles on land and water; topographic and planimetric
surveys; construction layout; base lines and reference lines; property
and boundary; monumentation with descriptions of survey points; com-
putations and compilation; drafting; general office work neces- sary to
furnish reduced and/or plotted field data and other final products; and
delivering data in formats compatible with the Gal- veston District's
word processor, spreadsheet and Intergraph CADD systems, as and when
required. (2)Own or lease: static/kinematic GPS equipment capable of
subcentimeter measure- ment accuracy; electronic total station with
data collector; CADD data processing equipment compatible with the
Galveston District's Microstation; automated hydrographic survey vessel
capable of being trailered to and operated in U.S. inland and coastal
waters; conventional field equipment (transit, level, etc.). (3)Prior
association of the prime firm and the sub- contractors, management
structure and coordination of the team. In-house capabilities will be
considered heavier than work sub- contracted. c.Quality
assurance/quality control measures to deliver end products within
prescribed surveying, mapping and drafting accuracies and on schedule.
d.Past performance on Department of Defense (DOD) and other contracts
with respect to cost control, quality of work, compliance with
performance schedules, and cooperativeness. e.Knowledge and familiarity
with the Texas State Plane Coordinate System. f.Capacity to perform two
$150,000 delivery orders in a 90-calendar day period. The evaluation
will consider the experience of the firm and any consultants in similar
size projects, and availability of an ade- quate number of personnel in
key disciplines to accomplish field and office activities considering
the firm's commitment to the Government and its repetitive daily
clients. g.Geographic loca- tion of the firm because of the potential
for extensive travel throughout the District by survey crews. h.Extent
of participa- tion of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contract team.
i.Volume of DOD contract awards in the last 12 months as described in
Note24. 4.SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit two copies of com- pleted US Government Standard Form
(SF) 255 (11/92 edition is the only one that will be accepted) and two
current (dated within the last 12 months) copies of SF254 (11/92
edition is the only one that will be accepted) for the prime contractor
and each sub- contractor and/or consultant. Submittals shall be mailed
to the address above ATTN: A-E Contract Coordinator or for special
street delivery 2000 Fort Point Road, Galveston, Texas 77550.
Submittals must be received in this office no later than 4:00 P.M.
Central Daylight Savings Time (CDST) thirty (30) calendar days after
the date of appearance of this announcement in the Commerce Business
Daily (CBD). If the 30th day is a Saturday, Sunday or Federal holiday,
the deadline is no later than 4:00 P.M. CDST the first workday
thereafter. SF 255's and SF 254's received after the time and date will
not be considered. Only those firms responding to this announcement
will be considered. Qualification data submitted must demonstrate the
ability and technical expertise of the firm and its staff to perform
the sur- vey services described in this announcement. Additional
informa- tion requested of each firm responding: (1)Indicate in block
3 the Contractor's Establishment Code (CEC) and Tax Identification
Number (TIN) (if available) of the firm identified in block3.
(2)Provide in block 3a telefax number (if any). (3)List in the
appropriate block prior names of the firm used in the past three years
including parent company, branch offices, affiliates, as- sociates,
and subsidiaries. (4)Provide in block 7 resumes of ALL personnel who
will be involved, state their respective func- tion and indicate their
experience in that function. (5)Provide in block 10 a detailed current
equipment list by brand name and type of survey instruments and
systems; boats; skiffs; vehicles; computer hardware and software;
proposed CADD system and how it will be compatible with the Galveston
District's Microstation; etc. (6)List in block 10 all DoD contracts
awarded to the firm and its affiliates during the last one year along
with the dollar amount and completion date of each award. (7)Discuss in
block 10 why the firm is especially qualified to provide surveying and
mapping services. Firms responding with multiple offices: (1)Indicate
personnel strength in block 4 by office. (2)Indicate the office which
completed each of the projects listed in block 8. (3)List which office
is under contract for any of the contracts listed in block 9. Provide
a statement in block 10 to the effect that the firm is or is not a
small busi- ness, small disadvantaged business or woman-owned business.
For the purposes of this procurement, small business is defined as a
concern, including its affiliates, having average annual receipts for
its preceding three fiscal years not in excess of $2,500,000. All
information must be in- cluded on the SF 255 (cover letter and other
attachments will not be considered in the evaluation process).
Telegraphic and fac- simile SF 255's and SF 254's will not be accepted.
Personal in- terviews may not be scheduled prior to selection of the
most highly qualified firms. This is not a request for proposal. See
Note24. (0152) Loren Data Corp. http://www.ld.com (SYN# 0093 19950602\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|