Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5,1998 PSA#2216

U.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