Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 29,1997 PSA#1834

Huntington 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