|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1996 PSA#1519U S ARMY ENGINEER DISTRICT MEMPHIS, 167 NORTH MAIN STREET B202, MEMPHIS
TN 38103-1894 R -- INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR SURVEY
ENGINEERING, MAPPING, AND RELATED SERVICES WITHIN THE BOUNDARIES OR
ASSIGNMENTS OF THE MEMPHIS DISTRICT SOL DACW66-96-R-0017 DUE 030496 POC
A-E Coordinator DON MAX (901) 544-3977 (Site Code DACW66) INDEFINITE
DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR SURVEY ENGINEERING,
MAPPING, AND RELATED SERVICES WITHIN THE BOUNDARIES OR ASSIGNMENTS OF
THE MEMPHIS DISTRICT. SOLICITATION No. DACW66-96-R-0017: Point Of
Contact: DON MAX, A-E Coordinator, 901-544-3977. SUBMITTAL DEADLINE:
COB 4 MARCH 1996. 1. SERVICES REQUIRED: The services to be procured
under this announcement are classified in Standard Industrial
Classification Code 8713. It is anticipated that anywhere from two to
four indefinite delivery type contracts will be entered into as a
result of this announcement. THIS WILL BE THE ONLY ANNOUNCEMENT BY THE
MEMPHIS DISTRICT FOR TOPOGRAPHIC, HYDROGRAPHIC, AND GPS SURVEYING AND
MAPPING FOR THE NEXT YEAR; except for survey engineering, mapping, and
data base development which will be announced and selected separately
due to differing technical requirements. A separate indefinite delivery
type contract will be negotiated and awarded as the need is determined.
At least five highly qualified and technically equal firms will be
selected and be ranked for order of negotiation using the four primary
criteria (A,B,C & D) and three secondary criteria (E, F & G) which are
in descending order of importance. When a need has been identified for
the first contract, negotiations shall begin with the top ranked firm.
When a need has been identified for a subsequent contract, or if
negotiations with a firm for a contract are unsuccessful, negotiations
shall begin with the next ranked firm which has not been offered a
contract or negotiation. The list of ranked firms will be terminated
one year from award of the first contract. A new announcement will be
synopsized when additional capability is required. There is no implied
guarantee that every firm on the list will receive a request for
proposal, enter into contract negotiations, nor will be awarded a
contract. The proposed procurements listed herein will be unrestricted,
and submittals from large and small businesses will be considered.
Firms are considered to be small business concerns, if the firm's
average annual receipts from the preceding three fiscal years does not
exceed $2.5 Million. If a large business is selected for this
contract, it must comply with FAR 52.219-9 regarding the requirement
for a subcontracting plan on that part of the work it intends to
subcontract. The subcontracting goals for this contract are a minimum
of 53% of the amount the prime firm intends to subcontract is to be
placed with small business (SB) including 9% to small disadvantaged
businesses (SDB) and 3% to women-owned businesses (WOB). The
subcontracting plan is not required with this submittal, however, these
goals should be addressed in criteria 4.F., listed below. Firms with
demonstrated specialized experience, competence and qualifications
pertinent to survey engineering, geodetic surveying, land and boundary
surveying, hydrographic surveying, mapping (Intergraph capability
required) and related services are desired for consideration. The
contract services performed under this contract may support the
Government revetment construction project along the Mississippi River
located in the Memphis, Vicksburg, and New Orleans Districts. 2.
PROJECT INFORMATION: Work areas will normally be within the boundaries
of the Memphis District (which includes portions of AR, IL, KY, MO,
MS, and TN) but work assignments may be made in other Districts. The
first contract is anticipated to be awarded in July 1996, with the
contract period of service not to exceed one year from issuance of the
first delivery order, or expenditure of the contract amount, whichever
occurs first. Work to be performed is subject to satisfactory
negotiation of individual delivery orders not to exceed $150,000 each
or a total of $750,000 the initial year of the contract. Each basic
contract will include an option to extend the contract period one year
and to expend an additional $750,000. 3. QUALIFICATIONS: Firms must
demonstrate in their submission the ability to meet the following
requirements: (A) Adequate professional personnel with experience in
topographic and hydrographic surveying and mapping; (B) Sufficient
technical and administrative personnel to ensure expeditious completion
of required services; and (C) Capability to mobilize fully staffed and
equipped survey parties. 4. EVALUATION CRITERIA: Selection will be
based on the following four primary criteria (A, B, C & D) to determine
a list of firms which are considered to be technically comparable
substantially equal and three secondary criteria (E, F, & G) will be
used to set the order of negotiation. All criteria are shown in
descending order of importance: (A) Specialized Experience. The
selected firm shall have the capability to provide digital surveying
and mapping data in readable and fully operational format on the
District's Intergraph Computer Aided Design and Drafting (CADD) System.
Data submission shall be required in Intergraph design files (.DGN),
digital terrain model files (.DTM), and alignment files (.ALG). Firms
with demonstrated specified experience, competence and qualifications
pertinent to surveying are desired for consideration. Firms considered
to be highly qualified will be required to furnish at least seven
fully equipped survey crews with four wheel drive vehicles and approved
electronic total station surveying instruments. Additional crews may be
required. Highly qualified firms shall be required to have both code
and carrier phase L1/L2 GPS receivers. Firms will be considered if it
can demonstrate the capability to provide these personnel and equipment
by such means as an increase in staffing, subcontracting, or joint
venture. At least one with a possibility of four electronically
automated range azimuth or Coast Guard Radio Beacon DGPS hydrographic
survey systems operational on a boat not less than 21 feet in length
shall be required. Each hydrographic and topographic party provided
shall have the capability to collect and process each survey performed
at the work site (plot cross sections, compute volumes, revetment
re-designs, etc.). One electronic hydrographic sweep system (No Booms)
on a boat with a length no greater than 30 feet (trailerable) with
DGPS will be required either through inhouse capabilities or
subcontract. Additional conventional hydrographic systems may also be
required (wire wheels and fathometers). Firms considered to be highly
qualified shall be required to show specialized experience in
performing all types of surveys as stated above and subsequent data
reduction and plotting utilizing state-of-the-art computer
technology.(B) Professional Qualifications. The prime firm and/or its
subcontractor(s) (hereinafter referred to collectively as ''firm'')
must have registered Professional Civil Engineers and Land Surveyors on
staff. The firm should indicate professional recognition, professional
associations, advanced training, certification, and specific work
experience of key personnel. The firm should emphasize the
qualifications and experience of its management personnel in survey
engineering, hydrographic, topographic and geodetic surveying. (C)
Capacity. Firms must demonstrate sufficient personnel in the
disciplines necessary to conduct the required work in an efficient
manner. (D) Past Performance. Performance evaluations on previous
contracts with Government agencies, including DOD, and private industry
in terms of cost control, quality of work, and compliance with
performance schedules will be considered. Additional consideration will
also be given to firms which have above average performance evaluations
in the type of work described in (B) above. The following three
secondary criteria (E, F, & G), which are listed in descending order of
importance, will be used to develop the order of negotiation among the
most highly qualified ranked firms after evaluation by the primary
criteria; (E) Geographical Location. Proximity of the firm's office
where the field work will be managed, coordinated, and the data
reduction and CADD work performed to Memphis, TN will be given
additional consideration. (F) Small Business Considerations. Extent of
participation of Small Business, Small Disadvantaged Business, and
Historically Black Colleges and Universities and minority institutions
in the proposed contract, measured as a percentage of the total
anticipated contract effort in accordance with the subcontracting goals
shown above under 1. Services Required. Firms should list the total
amount of the contract Civil Engineering anticipated to be
subcontracted, name and amount anticipated for small business, name and
amount anticipated for small disadvanteged business and name and amount
anticipated for women owned business. (G). Volume of DOD Work.
Consideration will be given to the volume of work previously awarded or
assigned to the firm by DOD in the last 12 months (1 March 1995 to 1
March 1996), with the object of effecting an equitable distribution of
DOD A-E contracts among qualified A-E firms, including small and small
disadvantaged business firms, and firms that have not had prior DOD
contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms having the
capabilities to perform these services must submit one copy of SF 255
(11/92 Edition) for the prime and one copy of SF 254 (11/92 Edition)
for the prime and all sub-contractors to: Mr. Don Max, CELMM-ED-DG,
Memphis District, Corps of Engineers, 167 North Main Street B-202,
Memphis, TN 38103-1894, no later than close of business (COB) (4:00 pm
Central) 4 MARCH 1996. The solicitation number should be included in
Block 2b of SF 255. Include in Block 3b the firm's ACASS number. If not
available, phone the ACASS Center at 503-326-3459 to obtain a number.
In Block 10 of the SF 255, firms are requested to clearly and
succinctly address all qualification requirements listed under Items 3
and 4 above. All DOD contracts awarded to the firm and its affiliates
(not to include subcontractors) during the 12 month period of 1 March
1995 to 1 March 1996 should be shown, including the contract amount
and whether the contract includes an option year and option amount.
Firms are also required to show the total amount of DOD contract
earnings within the 12 month period stated above by the firm as a prime
contractor, without regard to the award date of the contract(s). Also
in Block 10, firms are requested to provide a detailed list of all
pertinent field and office equipment to be used on this contract that
distinguishes ownership between prime and subcontractors, if used.
Similarly in Block 10, describe the firm's overall quality management
plan, including management approach, coordination of disciplines, field
crews, and subcontractors; and quality control procedures. A contract
specific quality control plan must be prepared and approved by the
Government as a condition of contract award, but is not required with
this submission. Letters, including transmittal letters, photographs,
brochures and other promotional literature are not desired nor will be
considered. Solicitation packages are not provided to interested firms
for A-E contracts before final firm selection. This is not a request
for proposal.(0018) Loren Data Corp. http://www.ld.com (SYN# 0065 19960126\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|