|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5,1998 PSA#2216U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT
(109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001 T -- IDC FOR HYDROGRAPHIC, SURVEYING & MAPPING SVCS TO SUPPORT THE
MOBILE DISTRICT'S CIVIL WORKS PRGM, OPERATIONS DIVISION, COASTAL
SUPPORT BRANCH, IRVINGTON SITE OFC & PANAMA CITY SITE OFC SOL
DACW01-99-R-0010 DUE 120708 POC Contact Dewayne Brackins, (334)
694-3743; Contracting Officer, Sue L. Speights WEB:
http://www.sam.usace.army.mil/sam/ct/cgi-win/projlist.exe,
http://www.sam.usace.army.mil/sam/ct. E-MAIL:
cesam.plansroom@sam.usace.army.mil, cesam.plansroom@sam.usace.army.mil.
CONTRACT INFORMATION: This offer is procured in accordance with PL
92-582 (Brooks A-E Act) and FAR Part 36. A-E services are required for
an Indefinite Delivery Contract for Hydrographic, Surveying, and
Mapping Services to Support the Mobile District's Civil Works Program,
Operations Division, Coastal Support Branch, Irvington Site Office and
Panama City Site Office. This announcement is open to all businesses
regardless of size. The contract will be awarded for a one year base
period with options to extend the contract for two additional one year
periods, not to exceed a total of three (3) years. Work under this
contract to be subject to satisfactory negotiation of individual task
orders, with the total contract not to exceed $500,000 for each
contract period. (If the $500,000 limit for a contract period is
exhausted or nearly exhausted prior to 12 months after the start of the
period, the option for the next contract period may be exercised).
There is a possibility that multiple contracts may be awarded on this
solicitation. Selection of A-E firms is not based upon competitive
bidding procedures, but rather upon the professional qualifications
necessary for the performance of the required services. The wages and
benefits of service employees (See FAR 22.10) performing under these
contracts must be at least equal to those determined by the Department
of Labor under the Service Contract Act. If a large business is
selected for this contract, it must comply with FAR 52.219-9 regarding
the requirement for a subcontracting plan for that part of the work it
intends to subcontract. The subcontracting goals for this contract are
as follows: a minimum of 61.2% of the contractor's intended
subcontract amount be placed with small businesses (SB), 9.1% be placed
with small disadvantaged businesses (SDB), and 5.0% be placed with
women-owned small businesses (WOSB). The subcontracting plan is not
required with this submittal. PROJECT INFORMATION: The selected firm
will be required to perform work of the following types: Automated
hydrographic surveying using single and/or dual frequency survey
systems and GPS positioning. Hydrographic methods including Range/Range
microwave positioning for emergency situations. Capabilities shall
include topographic surveying and mapping for layout of dredging and
disposal areas, and other surveying as required. Topographic
capabilities shall consist of all of the following: GPS dual frequency
On-the-Fly (OTF), Quick Static, GPS dta collectors, or similar GPS
methods which yield X,Y,Z solutions within 2nd order closures; Total
stations with data collection or field book recording methods; Other
conventional surveying methods i.e, transits and levels. Work under
this contract will be in the States of Alabama, Florida, Georgia,
Mississippi, and or other locations as may be assigned to the Irvington
Site Office and Panama City Site Office. SELECTION CRITERIA: See Note
24 in the Monday publication of the Commerce Business Daily for general
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: The selected firm must
have, either in-house or through consultants, the following
disciplines, with registration required where applicable: (1)
Registered Land Surveyor or Certified Hydrographic Surveyor in Alabama,
Florida, Georgia and Mississippi; (2) Hydrographic Party Chief; (3)
Hydrographic Instrument Person; (4) Land Party Chief; (5) Land
Instrument Person; (6) Project Manager; (7) Draftsperson; (8) CADD
Operator. Evaluation of each discipline will consider education,
registration, and relevant experience. Resumes (Block 7 of the SF 255)
must be provided for these disciplines, including consultants. Use the
nomenclature for disciplines as noted in this announcement. Additional
evaluation factors are provided in order of importance: B. Specialized
experience and technical competence in: (1) Detail hydrographic,
topographic and Geodetic services, utilizing fully automated
range/range, range/azimuth, or Differential Global Positioning System
(DGPS); (2) quantity surveys; (3) vertical control; (4) horizontal
control; (5) Global Positioning System (GPS) services for static,
kinematic, and real time data collection and RTCM compatible; (6)
detail topographic (planetable and/or digital) mapping; (7)
construction layout; (8) AutoCad Release 14 Digital Data services; (9)
Describe in Block 10 of the SF 255 the firm's quality management plan,
including the team's organizational chart, quality assurance, cost
control, and coordination of the in-house work with consultants; C.
Capacity to Accomplish the Work: The ability, equipment, and expertise
to field up to three (3) hydrographic survey parties with a sustained
effort of one (1) hydrographic survey party; D. Past Performance: Past
performance on DOD and other contracts with respect to cost control,
quality of work,and compliance with performance schedules; E.
Geographic Location: Geographic location with respect to Southeastern
U.S.; F. Small Business, Small Disadvantaged Business and Women-Owned
Small Business Participation: Extent of participation of small
businesses, small disadvantaged businesses, women-owned small
businesses, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage
of the total estimated effort; G. Equitable Distribution of DOD
contracts: Volume of DOD contract awards in the last 12 months as
described in Note 24 of the Monday publication of the Commerce Business
Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication
of the Commerce Business Daily for general submission requirements.
Firms must submit one (1) copy of their SF 254 and SF 255, and one (1)
copy of each consultant's SF 254. The 11/92 edition of the forms must
be used, and may be obtained from the Government Printing Office. To
be considered, submittals must be addressed as follows: U.S. Army Corps
of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins,
109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL
36628-0001. Submittals must be received no later than 4:00 P.M. local
time on 7 December 1998. Regulation requires that the Selection Board
cannot consider any submittals received after this date. Include ACASS
number in Block 3b and RFP Number in Block 2b of the SF 255. To obtain
ACASS number, fax the ACASS Center at 503-808-4591 with the first page
of the SF 254 or call the ACASS Center at 503-808-4591. A maximum of
ten (10) projects, including the prime and consultants, will be
reviewed in Block 8. Solicitation packages are not provided. Along with
the SF 255 and SF 254, a Summary of Capability Worksheet, version 96.1
or higher, must be requested and submitted with the proposal. All
previous Summary of Capability Worksheet is obsolete. A worksheet in
ASCII format (must send an IBM compatible formatted 3 1/2 inch floppy
disk) should be requested by sending a self addressed envelope for a
hard copy or a Floppy Disk Mailer for a digital copy to: U.S. Army
Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Ms. Mary
Breland, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288,
Mobile, AL 36628-0001; Telephone No. 334-690-2703. E-mail address is
Mary.F.Breland@sam.usace.army.mil. This is not a request for proposal.
As required by acquisition regulations, interviews for the purpose of
discussing prospective contractors' qualifications for the contract
will be conducted only for those firms considered highly qualified
after submittal review by the selection board. Preparation of a report
on the estimate and bid results may be required on some projects.
Posted 11/03/98 (W-SN267632). (0307) Loren Data Corp. http://www.ld.com (SYN# 0092 19981105\T-0002.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|