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