Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1997 PSA#1857

USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST LOUIS MO 63103-2833

C -- PREPARATION OF MILITARY TERRAIN AND WATER RESOURCES DATA BASES AND ENVIRONMENTAL STUDIES SOL EDC000-7127-0007 POC Chief, Contracts Management Section, John A. Gaal, 314-331-8301, Contracting Officer, T. M. Laws 314-331-8500 (Site Code DACW43) Solicitation DACW43-97-R-0723 1. CONTRACT INFORMATION: A-E services are sought for a firm fixed-price indefinite delivery contract to be negotiated and awarded for a one-year base period with an option to renew for two additional periods. The amount work in each contract period will not exceed $1,000,000 and individual firm-fixed-price task orders will not exceed the contract amount. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The contract is anticipated to be awarded in July 1997. This announcement is open to all businesses 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 subcontract. The subcontracting goals for the contract are that a minimum of 40% of the contractor's intended subcontract amount be placed with small businesses (SB), 10% to be placed with small disadvanged business (SDB), and 5% to be placed with Women-Owned Small Businesses (WOSB). The plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The A-E shall be required to produce military terrain and water resources data bases and environmental studies of selected areas of the world to be used in staff planning. The analysis required to complete all work will utilize map, photo, and document sources. Topics to be compiled may include, but are not limited to: surface water, ground water, existing water supply facilities, drainage characteristics, surface materials, transportation (roads, railroads, bridge information, airfields), landing zones, drop zones, vertical obstructions, surface configuration (slope), vegetation, obstacles, line of sight, and cross-country movement. Preparation of compilation manuscripts for cartographic presentation and photographic laboratory reproduction will be required (film enlargements may be up to and including 40" x 60"), as well as the digital capturing of the spatial and attribute data. Final products may include, but are not limited to: hand-drafted manuscripts on frosted Mylar, stable base film positives, reproduction negatives, orthophoto maps (hard- and soft-copy), and digital plots. Compilation of multi-topical presentations completed using manual and/or automated techniques at various map scales is anticipated. Source data collection will not be required. Source materials (i.e., map, photo, text data), analytical and compilation production procedures and specifications for all topical overlays, automated production procedures for data entry and digitizing, and sample map legends, format, and layouts will be furnished by the Government. Photogrammetric mensuration techniques may be required to fully complete certain topics. These required measurements will be accomplished using the Governments facilities located in Alexandria, VA to utilize the LTMS in the development of this data; work space and equipment will be made available. A TOP SECRET/Sensitive Compartmented Information (TS/SCI) clearance for A-E personnel is required to use the LTMS. All studies to be completed will include data classified up to SECRET. For personnel, facilities, and equipment involved in the analysis, manuscript compilation, data entry, pre-digitizing (map preparation), digitizing, cartographic, word processing, and photographic laboratory reproduction phases of this project, the A-E must have, or outline the ability to achieve, a SECRET level of security clearance for personnel, in addition to secure facilities approved for the SECRET level, accredited automated data processing and digitizing equipment accredited for operation at the SECRET level, and storage containers for SECRET information. Qualification statements should clearly indicate the office location where the work will be performed. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process information. The selection criteria are listed in descending order of importance. Criteria 1 through 6 are primary. Criteria 7 and 8 are secondary and will only be used as "tie-breakers" among technically equal firms. (1) Professional qualifications necessary for satisfactory performance of required services: Firms applying for consideration must demonstrate, as they relate to military terrain, water resources, and environmental data analysis, expertise in the following disciplines: geology, ground water, hydrology, geography, photo/imagery interpretation, soils, forestry, cartography, civil engineering, and engineering technical report generation. The evaluation will consider education, training, overall and relevant experience, longevity with the firm, and personnel strength. (2) Demonstrate expertise in the use of Arc/Info, ArcView, and ERDAS software operating in a UNIX workstation environment to capture spatial and attribute data in the analysis and compilation of military terrain, water resources, and environmental data (or similar studies) as it relates to staff planning for military field operations. Also, must demonstrate capability to generate color and black/white check plots and final plots of digital data at various scales. (3) Demonstrate capability and capacity to digitally capture manuscript data utilizing Arc/Info UNIX based software and Calcomp 9500 (or equivalent) digitizing tables. Experience and capability must demonstrate not only the capture, but writing and delivery of digital data in 2D and 3D format on 8 mm tape, 3.5" disk (DOS and UNIX), and/or CD-R. (4) Demonstrate TOP SECRET/Sensitive Compartmented Information (TS/SCI) security clearances for those who would operate the LTMS; SECRET security clearances for facilities, personnel, and equipment involved in the analysis, manuscript compilation, data entry, pre-digitizing (map preparation), digitizing, cartographic, word processing, and photographic laboratory reproduction phases of the project. (5) Demonstrate capability and capacity of photographic laboratory reproduction and enlargement equipment (enlargements up to and including 40" x 60") and personnel. SECRET clearances for personnel and facilities required. (6) Past performance in terms of cost control, quality of work, and compliance with delivery and performance schedules. (7) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (8) Volume of work awarded by DOD during the previous 12 months as described in Note 24. Firms are requested to state in block 10 of the SF 255 the value of all A/E contract awards to the firm, including modifications, by DOD during the previous 12 months as of the date of this announcement. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having capabilities to perform this work must submit one copy of SF 255 (11-92 edition) and one copy 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. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-326-3459. Solicitation packages are (0149)

Loren Data Corp. http://www.ld.com (SYN# 0033 19970602\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page