Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 22,1997 PSA#1956

USARMY 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