|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1997 PSA#1956USARMY ENGR. DIST., ST. LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET,
ST. LOUIS MO 63103-2833 C -- FIELD SURVEY SERVICES, INDEFINITE DELIVERY A-E CONTRACTS BOTH
CONUS AND OCONUS SOL W81C8X-7280-8139 POC Contract Management Section,
MICHAEL D. HOUSER, (314) 331-8306; Contracting Officer, T. M. LAWS,
(314) 331-8500 (Site Code DACW43) I. CONTRACT INFORMATION. Services of
qualified A-E firms are sought to provide field surveys under the
direction of the St. Louis District, U.S. Army Corps of Engineers. At
least two contracts but not more than ten contracts will be negotiated
and awarded. The solicitation does not supersede contracts previously
awarded for similar work by other Corps Districts. Each contract will
have a base period not to exceed one year and two option periods not
to exceed one year each. The amount of work in each contract period
will not exceed $1,000,000. An option period may be exercised when the
contract amount for the base period or preceding option period has
been exhausted or nearly exhausted. Work will be issued by negotiated
task orders not to exceed the contract amount. The Contracting Officer
will consider the following factors in deciding which contractor will
be selected to negotiate a task order: performance and quality of
deliverables under the current contract, current capacity to accomplish
the task order in the required time, uniquely specialized experience,
and equitable distribution of the work among contractors. The first
contract is anticipated to be awarded in March 1998 with the remaining
contract to be awarded at approximately one (1) month intervals
thereafter. This announcement is open to all businesses regardless of
size. If a large business is selected for these contracts, 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 these contracts are that a minimum of 40% of
the contractor's intended subcontract amount be placed with small
businesses (SB), including small disadvantaged businesses (SDB), 10% be
placed with SDB, and 5% with woman- owned small businesses. The plan is
not required with this submittal. II. PROJECT INFORMATION. Work will be
for field surveys to support other Local, State, and Federal Agencies,
such as, but not limited to: US Environmental Protection Agency,
Department of Defense, Department of the Interior, NOAA, DOT, etc.
While services will primarily be for areas throughout the United
States, services may also be required for selected areas throughout the
world. The potential exists that some requested services will include
acquiring data and/or access to areas classified up to SECRET;
therefore, prior to award, the architect-engineer shall demonstrate the
ability to achieve interim secret clearance for facilities, personnel,
and equipment that may be involved. Final secret clearance for
personnel and facilities is required within 120 days of award of each
contract. Surveys which may be required include the following:
hydrographic surveys for lake, river and harbor projects; topographic,
planimetric, cadastral, location, construction layout, and
geodetic/photogrammetric control (horizontal & vertical), and GPS
surveys. Firms must have at least one survey crew that has received
training that meets the requirements of the Occupational Safety and
Health Administration Regulation 29 CFR 11910.120 Hazardous Waste
Operations and Emergency Response. This training is a requirement prior
to the submission of SF 254 and SF 255 in response to this
announcement. Firms should have or express the capability to acquire
subcontractors with experience, equipment, and safety training to
perform surveying at sites within areas of possible hazardous wastes
following standard Operating Safety Guides (November, 1984) of the
Office of Emergency and Remedial Response of the US Environmental
Protection Agency. III. EVALUATION FACTORS. See Note 24 for general
selection process. The evaluation factors shall include, in descending
order of importance (first by major criterion and then by each
sub-criterion): Criteria A through D are primary. Criteria E and F are
secondary and will only be used as a "tie-breaker" among technically
equal firms. A. Specialized Experience and Technical Competence in the
type of work required. (1) Firms must have at least four survey crews.
(2) Firms must have the capability to submit all survey data (including
hydrographic) in digital format, readable and fully operational in the
3D format on the St. Louis District's CADD system. Drawings are to be
delivered as Intergraph design files. Firms must also have the
capability to provide survey data in ASCII format and Intergraph dgn
format (Microstation V5.0 or higher) on 8mm tape in TAR or NT backup,
or 3 1/2 inch high density floppy diskettes, or CD's formatted in
MS-DOS. (3) Integrate field survey information into photogrammetric
mapping data bases with that portion of the data furnished by the
surveyor being compatible with the photomapping data. This could
include, but are not limited to: drill hole locations, utility
information, boundary surveys, horizontal traverse circuits, underwater
soundings, DTM contour grids, and aerial photo control point location
coordinates. (4) Use of GPS equipment, including network layouts and
adjustments. B. Professional Qualifications. (1) All survey work must
be performed under the supervision of a Registered Land Surveyor or a
Registered Professional Engineer with expertise in surveying, including
hydrographic surveying, and with demonstrated experience in using the
computer-aided drafting (CADD) system. (2) Other factors to be
evaluated include education, training, registration, overall and
relevant experience, longevity with the firm and personnel strength. C.
Capacity to accomplish required work. (1) Furnish equipment and
personnel to accomplish the work as required to maintain delivery of a
quality product on a timely schedule. (2) Ability to provide necessary
survey equipment (GPS and conventional) and personnel to accomplish the
required work. (3) Demonstrate SECRET information security clearances
for personnel, facilities, and equipment involved in acquiring data and
accessing areas where SECRET clearance may be required. D. Past
Performance. Past peformance on DOD and other contracts with respect to
cost control, quality of work and compliance with performance
schedules. E. Extent of participation of SB, SDB, Historically Black
Colleges and Universities, Minority Institutions in the proposed
contract team measured as a percentage of the estimated effort. F.
Volume of DOD contracts awarded in the last 12 months as described in
Note 24. IV. SUBMISSION REQUIREMENTS. Firms having capabilities to
perform this work, and desire to be considered, must submit a completed
SF 255 (11/92 Edition) and one copy of SF 254 (11/92 Edition) for the
prime and all consultants, to the above address no 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. Requests should be
submitted to the above address, ATTN: CEMVS-ED-CC and shall make
reference to solicitation numbers DACW43-98-R-0701 and
DACW43-98-R-0702. Firms who wish to be considered should include the
firm's ACASS number in the SF 255 Block 3b. For ACASS information, call
503-326-3459. No other notification to firms under consideration for
this work will be made. Solicitation packages are not provided. This is
not a Request For Proposal. (0293) Loren Data Corp. http://www.ld.com (SYN# 0026 19971022\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|