|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1998 PSA#2082DEPARTMENT OF THE ARMY, MEMPHIS DISTRICT, CORPS OF ENGINEERS, 167 N
MAIN ST RM B202 ATTN: CEMVM-CT, MEMPHIS, TN 38103-1894 C -- INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR SURVEY
ENGINEERING, MAPPING, AND RELATED SERVICES WITHIN THE BOUNDARIES OR
ASSIGNMENTS OF THE MEMPHIS DISTRICT SOL DACW66-98-R-0027 DUE 052798 POC
Contract Specialist E. Ann Tucker 901/544-0770 (Site Code DACW66) 1.
SERVICES REQUIRED: The services to be procured under this announcement
are classified in Standard Industrial Classification Code 8713. It is
anticipated that 1 to 4 indefinite delivery type contracts will be
entered into as a result of this announcement. THIS WILL BE THE ONLY
ANNOUNCEMENT BY THE MEMPHIS DISTRICT FOR TOPOGRAPHIC, HYDROGRAPHIC, AND
GPS SURVEYING AND MAPPING DURING THE NEXT 12 MONTHS; except for survey
engineering, mapping, and data base development which will be
announced and selected separately due to differing technical
requirements. A separate indefinite delivery type contract will be
negotiated and awarded as the need is determined. At least six highly
qualified and technically equal firms will be selected using the
primary criteria listed below. When a need has been identified for the
first contract, negotiations shall begin with the top ranked firm.
When a need has been identified for a subsequent contract, or if
negotiations with a firm for a contract are unsuccessful, negotiations
shall begin with the next ranked firm which has not been offered a
contract or negotiation. The list of ranked firms will be terminated
twelve months from award of the first contract. A new announcement will
be synopsized when additional capability is required. There is no
implied guarantee that every firm on the list will receive a request
for proposal, enter into contract negotiations, nor be awarded a
contract. The proposed procurements listed herein will be unrestricted,
and submittals from large and small businesses will be considered. A
firm is considered to be a small business concern if the firm's average
annual receipts from the preceding three fiscal years does not exceed
$2.5 Million. 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: (1) at least 55% of the
amount the prime firm intends to subcontract is to be placed with small
businesses (SB), including small disadvantaged businesses (SDB) and
women-owned businesses (WOB); (2) at least 8.5% of a contractor's
intended subcontract amount be placed with SDB; and, (3) at least 3% of
a contractor's intended subcontract amount be placed with WOB. The
subcontracting plan is not required with this submittal; however, these
goals should be addressed in criteria 4.G., listed below. Firms with
demonstrated specialized experience, competence and qualifications
pertinent to survey engineering, geodetic surveying, land and boundary
surveying, hydrographic surveying, mapping (Intergraph capability
required) and related services are desired for consideration. The
contract services performed under this contract may support the
Government revetment construction project along the Mississippi River
located in the Memphis, Vicksburg, and New Orleans Districts. 2.
PROJECT INFORMATION: Work areas will normally be within the boundaries
of the Memphis District (which includes portions of AR, IL, KY, MO,
MS, and TN) but work assignments may be made in other Districts. The
first contract is anticipated to be awarded in October 1998, with the
contract period of service not to exceed one year from the contract
award date, or expenditure of the contract amount, whichever occurs
first. Award of any subsequent contracts will be based on projected
District workload. Work to be performed is subject to satisfactory
negotiation of individual task orders with no one task order to exceed
$1,000,000 nor the accumulated total of task orders to exceed
$1,000,000 the initial year of the contract. Each basic contract will
include two options to extend the period of the contract up to one year
per option and to expend an additional $1,000,000 for each option year
exercised. 3. QUALIFICATIONS: Firms must demonstrate in their
submission the ability to meet the following requirements: (A) adequate
professional personnel with experience in topographic and hydrographic
surveying and mapping; (B) sufficient technicaland administrative
personnel to ensure expeditious completion of required services; and
(C) capability to mobilize fully staffed and equipped survey parties.
4. EVALUATION CRITERIA: Selection will be based on the following five
primary criteria: (A, B, C, D, and E) and three secondary criteria (F,
G, and H). All criteria are listed in descending order of importance:
(A) Specialized Experience. The selected firm shall have the
capability to provide digital surveying and mapping data in readable
and fully operational format on the District's Intergraph Computer
Aided Design and Drafting (CADD) System. Data submission shall be
required in Intergraph design files (.DGN), digital terrain model files
(.DTM), and alignment files (.ALG). Firms with demonstrated specialized
experience, competence and qualifications pertinent to surveying are
desired for consideration. Firms considered to be highly qualified will
be required to furnish at least seven fully equipped survey crews with
four-wheel drive vehicles and approved electronic total station
surveying instruments. Additional crews may be required. Highly
qualified firms shall be required to have both code and carrier phase
L1/L2 GPS receivers. A firm will be considered if it can demonstrate
the capability to provide these personnel and equipment by such means
as an increase in staffing, subcontracting, or joint venture. At least
one, with a possibility of four, electronically automated range
azimuth or Coast Guard Radio Beacon DGPS hydrographic survey systems
operational on a boat not less than 21 feet in length shall be
required. Each hydrographic and topographic party provided shall have
the capability to collect and process each survey performed at the work
site (plot cross sections, compute volumes, revetment re-designs,
etc.). One electronic hydrographic sweep system (No Booms) on a boat
with a length no greater than 30 feet (trailerable) with DGPS will be
required either through in-house capabilities or subcontract.
Additional conventional hydrographic systems may also be required (wire
wheels and fathometers). Firms considered to be highly qualified shall
be required to show specialized experience in performing all types of
surveys as stated above and subsequent data reduction and plotting
utilizing state-of-the-art computer technology. (B) Professional
Qualifications. The prime firm and/or its subcontractor(s) (hereinafter
referred to collectively as "firm") must have registered Professional
Civil Engineers and Land Surveyors on staff. The firm should indicate
professional recognition, professional associations, advanced training,
certification, and specific work experience of key personnel. The firm
should emphasize the qualifications and experience of its management
personnel in survey engineering, hydrographic, topographic and geodetic
surveying. (C) Capacity. Firms must demonstrate sufficient personnel in
the disciplines necessary to conduct the required work in an efficient
manner. (D) Past Performance. Performance evaluations on previous
contracts with Government agencies, including DOD, and private industry
in terms of cost control, quality of work, and compliance with
performance schedules will be considered. Additional consideration will
also be given to firms which have above average performance evaluations
in the type of work described in (A) above. (E) Knowledge of the
Locality. A firm's knowledge of the locality will be given
consideration. The firm should demonstrate its knowledge of the
geographical and topographical features of the area within the
boundaries of the Memphis District, and its familiarity with the major
rivers and tributaries of the area all as related to survey
engineering, mapping, and related services. The following three
secondary criteria (F, G, and H), which are listed in descending order
of importance, will be used as "tie-breakers" among equally ranked
firms after evaluation by the primary criteria. (F) Geographical
Location. Proximity of the firm's office where the field work will be
managed, coordinated, and the data reduction and CADD work performed to
Memphis, TN will be given additional consideration. (G) Small Business
Considerations. Extent of participation of Small Business, Small
Disadvantaged Business, and Historically Black Colleges and
Universities and minority institutions in the proposed contract,
measured as a percentage of the total anticipated contract effort in
accordance with the subcontracting goals shown above under 1. Services
Required. Firms should list the total amount of the contract
anticipated to be subcontracted, name and amount anticipated for small
business, name and amount anticipated for small disadvantaged business
and name and amount anticipated for women-owned business. (H) Volume of
DOD Work. Consideration will be given to the volume of work previously
awarded or assigned to the firm by DOD in the last 12 months (May 1,
1997 to May 1, 1998), with the object of effecting an equitable
distribution of DOD A-E contracts among qualified A-E firms, including
small and small disadvantaged business firms, and firms that have not
had prior DOD contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms
having the capabilities to perform these services must submit one copy
of SF 255 (11/92 Edition) for the prime and one copy of SF 254 (11/92
Edition) for the prime and all subcontractors to: Mr. Alan Cardwell,
CELMM-ED-DM, Memphis District, Corps of Engineers, Room B-202, 167
North Main Street, Memphis, TN 38103-1894, no later than close of
business (COB) (4:00 PM Central) Wednesday, 27 May 1998. The
solicitation number should be included in Block 2b of SF 255. Include
in Block 3b the firm's ACASS number. If not available, phone the ACASS
Center at 503-326-3459 to obtain a number. In Block 10 of the SF 255,
firms are requested to clearly and succinctly address all
qualification requirements listed under Items 3 and 4 above. All DOD
contracts awarded to the firm and its affiliates (not to include
subcontractors) during the 12 month period of May 1, 1997 to May 1,
1998 should be shown, including the contract amount and whether the
contract includes an option year and option amount. Firms are also
required to show the total amount of DOD contract earnings within the
12 month period stated above by the firm as a prime contractor, without
regard to the award date of the contract(s). Also in Block 10, firms
are requested to provide a detailed list of all pertinent field and
office equipment to be used on this contract that distinguishes
ownership between prime and subcontractors, if used. Similarly in Block
10, describe the firm's overall quality management plan, including
management approach, coordination of disciplines, field crews, and
subcontractors; and quality control procedures. A contract specific
quality control plan must be prepared and approved by the Government as
a condition of contract award, but is not required with this
submission. Letters, including transmittal letters, photographs,
brochures and other promotional literature are neither desired nor will
be considered. Solicitation packages are not provided to interested
firms for A-E contracts before final firm selection. This is not a
request for proposal. (0113) Loren Data Corp. http://www.ld.com (SYN# 0028 19980427\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|