|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 27,1998 PSA#2019US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA
90053-2325 C -- HYDROGRAPHIC SURVEY CONTRACT FOR CIVIL WORKS AND MILITARY
PROJECTS FOR THE LOS ANGELES DISTRICT (CALIFORNIA) SOL DACW09-98-R-0007
POC A-E Contracting Branch, Patricia Brown Trainer (213)452-3246;
Technical Information, Harvey W. Beverly (818)401-4009 C --
HYDROGRAPHIC SURVEY CONTRACT FOR CIVIL WORKS AND MILITARY PROJECTS FOR
THE LOS ANGELES DISTRICT. POC: Contracting Division, Patricia Brown
Trainer (213)452-3246, A-E Contracting Branch, Technical Information,
Harvey W. Beverly (818)401-4009 1. CONTRACT INFORMATION:
Architect-Engineer Services (Brooks A-E Act, PL 92-582) for an
Indefinite Delivery Contract for Civil Works Projects at Various
Locations in the Los Angeles District, Southern California, BLOCK 1 of
SF 255. The majority of the work and services will be for Civil works
projects. However there may be a smaller portion of the work and
services for Military projects. 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 this contract are that a
minimum of 62% of the contractor's intended subcontract amount will be
placed with small businesses (SB), including small disadvantaged
businesses (SBD), 10% and woman-owned businesses (WOB) 5.0%. The plan
is not required with this submittal. There will be one (1) indefinite
delivery contract for Architect-Engineer (A-E) services. The top ranked
firm will be awarded the contract. Yearly cumulative amount of
individual task orders per contract not to exceed $1,000,000.00. The
contract will include an option for extension for second and third year
with additional amount for each optional year not to exceed
$1,000,000.00. If contract amount for the base year period or preceding
option year periods has been exhausted or nearly exhausted the
Government has the option to exercise contract options before the
expiration of the base year period or preceding option year periods.
The estimated contract start date is June 1998 for a period of 12
months (through June 1999). Work is subject to availability of funds.
2. PROJECT INFORMATION: The work and services may consist of any
combination of all phases of field surveying and hydrographic surveying
with hydrographic survey vessel fully equipped with
heave-pitch-and-roll motion compensation, state-of-the-art "On-the-Fly"
differential global positioning system(s), single and multi-beam
acoustic imagery devices. Shore side data processing equipment and
operators will also be required to provide one-day turn around of
surveys in emergencies. Previous experience in survey of complex
dredging projects is required. The work includes hydrographic surveying
in protected and exposed coastal waters to depths of approximately 25
m, with occasional off-shore soundings to 500 m, underwater hazard
detection, dredging measurement and fill placement progress monitoring,
terrestrial surveying, data management and processing, and CADD/GIS
analysis and reporting. Work and services will require RTK/differential
Global Positioning System (GPS) and conventional survey techniques. The
work and services will be prepared in primarily metric units
(System-International, SI), with some English units (U.S. Survey Foot),
referenced to the California State Plane Coordinate System. Drawings
and reports must be submitted in hard copy report format, MicroStation
design file (DGN) format, Inroads (DTM) format, ASCII points file
(PTS) format, and TERRAMODEL compatible electronic file formats. 3.
SELECTION INFORMATION: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria a. through e. are primary. Criteria f. through h. are
secondary and will be used as "tie-breakers" among technically equal
firms: a. Professional Qualifications. Qualified professional personnel
in the following key disciplines: (1) Hydrographic surveyors with
experience in multi-beam echo sounders and RTK/OTF GPS; (2) civil
engineers/land surveyors/hydrographers with dredging survey experience;
(3) engineering, surveying technicians; (4) boat operators. The
evaluation will consider relevant experience, education, training,
overall experience and longevity with the firm. b. Specialized
Experience and Technical Competence: (1) Hydrographic surveying and
data processing expertise in the coastal and ocean environment,
dredging measurement and monitoring, sounding and topography of rock
dikes and revetments, using kinematic differential GPS; (2) Knowledge
of complex dredging projects; (3) Experience in the use of single and
multi beam acoustic imagery equipment, static and kinematic GPS
equipment, electronic total station equipment, and CADD/GIS data
collection and processing (4) Ability to perform terrestrial surveys
(i.e. conventional topo of rock dike sections, fill placement and
progress, and settlement monitoring) and integrate above water
topography with hydrographic survey data, and processing the data to a
map. Monitor dredge and fill progress in a timely manner; (5) Ability
to deliver CADD and digital terrain modes files compatible with
MicroStation (*.DGN) and Inroads (*.DTM) compatible formats, version
5.095 or later, and TERRAMODEL (*.PRO) file; (6) Own or lease an
automated hydrographic survey vessel with a maximum draft of 0.8 m
capable of operating in U.S. Inland and exposed coastal waters. The
vessel must be equipped with full motion compensation; single beam dual
frequency acoustic depth sounder (30 to 50 kHz and 190 to 215 KHz);
multi-beam, shallow water acoustic imagery from a single transducer.
Own or lease static/kinematic GPS equipment capable of centimeter
measurement accuracy, electronic total station with data collector, and
CADD/GIS data processing equipment; c. Capacity to accomplish the work
and services in the required time. The evaluation will consider the
experience of the firm and any consultants in projects of similar
complexity, and the availability of an adequate number of personnel in
key disciplines. d. Past performance on DOD contracts and other
contracts with respect to cost control, quality of work and services,
and compliance with performance schedules. e. Knowledge of localities
such as geological features and climatic conditions, and local
construction methods. f. Geographic proximity (physical location) of
the firm to the location of the projects. g. 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 estimated effort. h. Volume of DOD contract awards in the last 12
months as described in Note 24. All firms that submit an SF 255 shall
be notified with a post card acknowledging receipt of their response.
The firms which are not recommended by the Pre-Selection Board to the
Selection Board for further consideration, shall also be notified with
a post card. The firms which are considered by the Selection Board but
are not ranked for negotiation shall be notified with a post card. The
firms which are ranked for negotiation but are not selected for an
award shall be notified after the award of the contract. The contract
award shall be announced in the Commerce Business Daily. Consistent
with the Departmentof Defense policy of effecting an equitable
distribution of contracts among qualified Architect-Engineer firms
including small, disadvantaged owned firms and firms that have not had
prior DOD contracts (see Note 24), qualified small disadvantaged firms
will receive consideration during selection and all other selection
evaluation criteria being equal, also participation in a joint venture
may become a determining factor for selection. Therefore, all
offerors' submittals should specifically identify in the appropriate
portions of the SF 255 all proposed small disadvantaged firm
participation in the proposed activity to be accomplished by the
contractor (see Note 24). The Los Angeles District and Minority
Business Development Agency are working with local Business Development
Centers (BDC's) to provide assistance to Small Disadvantaged Business
Concerns to participate in Government contracts. 4. SUBMISSION
REQUIREMENTS: Interested A-E firms having the capabilities for this
work and services are invited to submit one (1) completed Standard Form
(SF) 254 and 255, revised editions dated November 1992,
Architect-Engineer and Related Services Questionnaires for the prime
and one (1) SF 254 for each subcontractor/consultant, to the office
shown. Lengthy cover letters and generic corporation brochures, or
other presentations (such as BINDING of SF 254 and 255) beyond those to
sufficiently present a complete and effective response are not desired.
Phone calls and personal visits are discouraged. Response to this
notice must be received within 30 calendar days from the date of
issuance of this synopsis. If the 30th day is a weekend day or a
Federal Holiday, the deadline is the close of business of the next
business day. No other general notification will be made of this work
and services. Solicitation packages are not provided for A-E contracts.
Firms desiring consideration shall submit appropriate data as described
in numbered Note 24. (0023) Loren Data Corp. http://www.ld.com (SYN# 0016 19980127\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|