Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 5,1995 PSA#1360

U.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