|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1998 PSA#2037Huntington District Corps of Engineers, 502 Eighth Street, Huntington,
WV 25701-2070 C -- ARCHITECT-ENGINEER SERVICES FOR ENGINEERING FIELD SURVEYS AND
RELATED ENGINEERING SERVICES POC Donna L. Erwin, CONTRACT SPECIALIST
(304) 529-5658, Paul R. Berns, CONTRACTING OFFICER 1. CONTRACT
INFORMATION: Contract will consist of individually negotiated work
orders each with a cumulative total not to exceed $750,000 during a one
year period with two (2) one-year renewable options. 2. PROJECT
INFORMATION. The work will consist of, but not be limited to,
cadastral, hydrographic, topographic, geodetic, route, settlement and
dis- placement, and construction surveys. Instrumentation will require
equipment, knowledge and experience capable of acquiring second to
first order accurateness. Services will require knowledge, capability,
skill computations and equipment for Global Positioning Systems for
subject work. Related services consists of computations and drafting
(manual and computer). Contractor must have the capability to provide
field data in DTM (Digital Terrain Modeling) and Intergraph DGN Format.
All field data shall conform to U.S. Army Corps of Engineers CADD
Standards. The field surveys will be performed in connection with
various civil works projects in the HuntingtonDistrict to include much
of the State of West Virginia, about one half of the State of Ohio and
smaller portions of Kentucky, Virginia and North Carolina. The
Huntington District is now a part of the Great Lakes and Ohio River
Division (CELRD). Required services include furnishing three and
four-man survey parties, as the needs of the Government may require, up
to a maximum of three parties. One survey party must have H.T.R.W.
field capability and current certification. All necessary data
collectors, computers, plotters, software electronic measuring devices,
automatic levels, theodolites, fathometers, boats, H.T.R.W. equipment
and materials and automotive transportation will be furnished by the
contractor. 3. SELECTION CRITERIA: See Note 24 for general A-E
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and then by
each sub-criterion). Criteria A-D are primary. Criteria E-G are
secondary and will only be used as "tie-breakers" among technically
equal firms. (A) Professional qualifications including H.T.R.W.
certification necessary for satisfactory performance of required
services: (1) H.T.R.W. Capabilities (a) Personnel Currently Field
Certified (b) H.T.R.W. Equipment Availability (2) Personnel Strength
(a) Civil Engineers (b) Land Surveyors (c) Civil Engineer Technicians
(d) Draftsman/CADD Operators (e) Party Chiefs (f) Instrumentmen (g)
Rodmen/Chainmen (3) Equipment Availability (a) Total Stations (b) EDMs
and Theodolites (c) Automatic Levels (d) 4WD Vehicles (e) ADP
System/DTM/Intergraph (f) Fathometers (g) Boats (h) Global Positioning
Systems. (B) Specialized experience and technical competence in the
type of work required. (1) Cadastral (2) Topographic (3) Geodetic (4)
Hydrographic (5) Route (6) H.T.R.W. (7) Construction (8) Global
Positioning System (9) Settlement and Displacement. (C) Capacity to
accomplish the work in the time required time. (1) Number of Subs (D)
Past Performance on contracts with Government agencies and private
industry in terms of cost control, quality of work, and com- pliance
with performance schedules. (E) Geographic proximity in relation to the
firm's physical location to the location of the project. Knowledge of
the project locations, such as geological features, climatic conditions
or local construction methods. (F) Extent of participation in Small
Business and Small Disadvantaged Business including historically black
colleges and universities and minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort.
(G) Volume of DOD work within the last 12 months. 4. SUBMISSION
REQUIREMENTS: Firms having capabilities to perform the work and who
desire to be considered must submit three (3) copies of a completed SF
255 and appropriate data. Only SF 255's received in this office within
thirty (30) days from the date of this notice will be considered. If a
SF 254 is not on file with the U.S. Army Corps of Engineers, a current
SF 254 should also be included. No other general notification to firms
will be made. This is not a request for proposal. (0050) Loren Data Corp. http://www.ld.com (SYN# 0018 19980223\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|