Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1996 PSA#1667

US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160

C -- INDEFINTITE QUANTITY SURVEYING SERVICES WITHIN THE LIMITS OF THE NEW ORLEANS DISTRICT SOL DACW29-96-R-0037 POC Contract Specialist, Richard Verret at (504) 862-1665 Contracting Officer, Martha P. Sloan at (504) 862-1161 1. CONTRACT INFORMATION: A-E services are required for the subject project. Two seperate indefinite quantity services contracts for A-E services each not to exceed $1,000,000 per contract period, with two option periods, each not to exceed $1,000,000 per option period. The base period and each option period shall not exceed one year each. The initial contract will be awarded on or about May 1997. 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 the part of the work it intends to subcontract. The subcontracting goals for each contract shall be stated, but an actual plan is not required with this submittal. We will award task orders between the contractors using the following criteria: the performance and quality of deliverables under the current IDCs, current capacity to accomplish the order in the required time and equitable distribution of work among the contractors. 2. PROJECT INFORMATION: The services required under this contract include the following: FIELD ASSIGNMENTS: include topographic; planimetric, cadastral and control surveys, setting staff automated gages, automated hydrographic surveys, overbank surveys and control surveys in rivers, bays, lakes, the Gulf of Mexico, navigation channels, along levees and other areas within the New Orleans District. A Differential Global Positioning System (DGPS) will be used in making hydrographic surveys. Firms must indicate a capability of using both multi-beam bathymetric and single transducer technology to obtain hydrographic surveys. All survey data shall be furnished on either 5-1/4'' or 3-1/2'' diskettes or on CDs. Deliverables shall include hard copy plots of completed surveys certified by a registered land surveyor or engineer. OFFICE ASSIGNMENTS: include computing and compiling the above types of surveys, research titles and prepare abstracts for servitudes, rigts-of-way, etc., graphically depicting the survey data and certifying the resulting hard copy as a validity check and preparing bench mark descriptons using Form LMN 3 format and survey field books. Firms must provide sufficient technical surveying vehicles and equipment and sufficient technical supervisory and administrative personnel to ensure expeditious completion of work assignments. To be considered for selection, a firm must: demonstrate experience in the types of surveys stated above inlcuding hydrographic surveys with DGPS equipment and multi-beam bathymetric systems; have availabe at least one registered land surveyor; have at least five 4-person survey parties; five 2-person hydrographic survey parties, and two 4-person GPS parties; and to be capable of employing total stations with data collection systems. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are: a. Specialized experience and technical competence in the type of work required to include automated DGPS, conventional and automated surveys (firm and key personnel); b. Capacity in personnel and equipment to accomplish the services in the required time and to furnish at least the minimum number of personnel stated above; c. Knowledge of the project area; d. Professional qualifications necessary for satisfactory performance of required services; e. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules to include a quality control plan; f. Safety plan and performance (number of hours lost per 100,000 manhours); g. Location of firm in the general geographical area of the District headquarters; h. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. Criteria A through F are primary. Criteria G through I are secondary and will only be used as a ''tie breaker'' among technically equal firms. i. Volume of DOD work in the last 12 months. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms which meet the requirements in this announcement are invited to submit five copies of their SF 254 and 255, including those for subcontractors and consultants, within 30 days of this publication. If the 30th day is a Saturday or Sunday, or a Federal Holiday, the due date is the close of business the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call (503) 326-3459. The nine evaluation factors listed above must be addressed in Block 10 of the SF 255(11/92 edition), SF 254 and any other pertinent information. Firms must include in the SF 255 a statement giving the number of manhours lost to accidents in the last 100,000 hours worked. This is not a Request for Proposal. Solicitation packages are not provided. Overnight or courier type of mail should be sent to the following address: U. S. Army Corps of Engineers, New Orleans District, Attn: Richard Verret, Room 172, Foot of Prytania Street, New Orleans, LA 70118-1030. Refer to Announcement No. DACW29-96-R-0037. (0236)

Loren Data Corp. http://www.ld.com (SYN# 0012 19960826\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page