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