|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1997 PSA#1834Huntington District Corps of Engineers, 502 Eighth Street, Huntington,
WV 25701-2070 C -- ENGINEERING FIELD SURVEYS AND RELATED SERVICES FOR WEST COLUMBUS
LOCAL PROTECTION PROJECT, COLUMBUS, OHIO POC Sandy King, CONTRACT
SPECIALIST 304-529-5182 1. CONTRACT INFORMATION: Engineering Field
Surveys and Related Services in support of the Huntington District,
Corps of Engineers, West Columbus Local Protection Project, Franklin
and Delaware County, Ohio. Primary consideration for selection will be
given to those firms located in close proximity to Delaware and
Franklin counties, Ohio. The resulting indefinite delivery contract
will be for the period of one year with four option years. Individual,
fixed-price work orders will not exceed $500,000 each and the annual
ceiling for the base year will be $500,000. The annual ceiling for each
option year will be $250,000 per year. This announcement is open to all
businessess 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 subcontracting plan on that part of the work it
intends to subcontact. The plan is NOT required with this submittal.
Quality Control Plans will also be required at the time of award. The
wages and benefits of service employees (see FAR 22.10) performing
under the resulting contract must be at least equal to those determined
by the Department of labor under the Service Contract Act. 2. PROJECT
INFORMATION: Services will consist of, but not be limited to:
cadastral, hydrographic, topographic, geodetic, route, settlement and
displacement, and construction surveys. Instrumentation surveys will
require equipment, knowledge and experience capable of acquiring second
to first order accuracies. Services will require knowledge, capability,
skill, computations, and equipment for Global Positioning Systems for
the subject work. Related services consist of computations and drafting
(manual and computer). A-E must have the capability to provide field
data in Digital Terrain Modeling (DTM) and Intergraph DGN Format. All
field data shall conform to U.S. Army Corps of Engineers CADD and GIS
Standards. The A-E shall prepare and supply a metadata file for each
work order issued if applicable. This metadata file will complywith the
8 June 1994 version of the metadata standard established by the Federal
Geographic Data Committee. Instructions for generating metadata files
can be found in "Content Standards for Digital Geospatial Metadata
Workbook", Version 1.0, Federal Geographic Data Committee, 24 March
1995. CORPSMET, a Geospatial Metadata File generator, can be used to
create these files or they may be created by any text editor.
Information about metadata files and Corpsmet software can be found on
the World Wide Web from the U.S. Army Corps of Engineers Geospatial
Metadata Server at: http://corps_geo1.usace.army.mil/. Point of contact
at this office is: Greg Jones, (304)528-7517,
gregjo@mail.orh.usace.army.mil. Required services include furnishing
three and four-man survey parties, as the needs of the Government may
require, up to a maximum of four parties. One survey party must have
H.T.R.W. field capability and current certification. All necessary data
collectors, computers, plotters, software electronic measuring devices,
automatic levels, theodolites, fathometers, boats, H.T.R.W. equipment
and materials, and automotive transportation will be furnished by the
A-E. 3. SELECTION CRITERIA: See Note 24 for general selection process.
The selection criteria are listed in descending order of importance
(first by major criterion then by sub-criterion). Criteria 1 thru 5 are
primary. Criteria 6 thru 8 are secondary and will only be used as
"tie-breakers" among technically equal firms. (1) Professional
qualifications including H.T.R.W. certification necessary for
satisfacorty performance of required services; (2) Specialized
experience and technical competence in the type of work required; (3)
Capability to accomplish the work in the required time: (4) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules; (5) Knowledge of the locality that relates to
the project locality such as geological features, climatic conditions,
or local construction methods; (6) Extent of participation of small,
small disadvantaged and woman-owned businesses, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort;
(7) Location in the general geographic area of Delaware and Franklin
Counties, Ohio; and (8) Volume of DoD work awarded in the last twelve
months. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit two copies of SF 255 (11/92 edition), and two copies
of SF 254 (11/92 edition) for the prime firm and all consultants, to
the above address not later than the close of business on the 30th day
after the date of this announcement. If the 30th day is a Saturday,
Sunday, or Federal holiday, the deadline is the close of business of
the next business day. Solicitation packages are not provided. This is
NOT a request for proposal. (0115) Loren Data Corp. http://www.ld.com (SYN# 0027 19970429\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|