Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295

USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180-3435

T -- INDEFINITE DELIVERY TYPE CONTRACTS FOR SURVEYING SERVICES FOR VICKSBURG DISTRICT-ENGINEERING DIVISION (CONTRACTS 99-S1 AND 99-S2) SOL CBD&&&-9903-0001 DUE 030599 POC Laura Cespedes 601/631-5575 WEB: N/A, http://www.mvk.usace.army.mil/contract/. E-MAIL: Click here to contact the point of contact for this, Laura.Y.Cespedes@MVK02.usace.army.mil. Due: 05 March 1999, Point of Contact: Laura Cespedes, 601/631/5575. 1. CONTRACT INFORMATION: Two contracts will be awarded as a result of this announcement. Work will be accomplished under two (2) Indefinite Delivery Contracts NTE $750,000 each (each with an option period with an additional $750,000) by the issuance of individual task orders, NTE $750,000. An option period may be exercised at any time upon the exhaustion of funds during the first year. Work will be issued by negotiated firm-fixed price task orders. Allocation of task orders will be based on the following factors: specialized knowledge or expertise which would enhance execution, past experience or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, equitable workload distribution. 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. The subcontracting goals for the Vicksburg District are: (1) at least 61.2% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SBD) and women-owned small businesses (WOSB); (2) at least 9.1% of a contractor's intended subcontract amount be placed with SDB; and (3) at least 4.5% of a contractor's intended subcontract amount be placed with WOSB. A firm's subcontracting intentions are outlined in Block 6, of SF 255. 2. PROJECT INFORMATION: The work consists of professional services in connection with surveying required at various locations primarily within the limits of the Vicksburg District which includes parts of Arkansas, Louisiana, and Mississippi. Use of the metric system of measurement may be required for some task orders. 3. SELECTION CRITERIA: Preselection criteria will be based on the following considerations which are of equal importance. The firm, either in-house or through association with any qualified consultant(s), must: A. Have one or more registered land surveyors in each of the states of Arkansas, Louisiana, and Mississippi. B. Have a minimum of 3 years of demonstrated experience in the following areas: GPS surveys, automated hydrographic surveys utilizing DGPS, automated topographic surveys utilizing total stations and data collectors, cadastral surveys, OTF or RTK surveys, and multi-beam or fan-sweep hydrographic surveys. C. Have demonstrated experience in the performance of first order horizontal and vertical control surveys. D. Have the necessary equipment, boats and personnel with demonstrated experience in the performance of the above type of surveys. D. Have the necessary equipment, boats and personnel with demonstrated experience in the performance of the above type of surveys. E. Have demonstrated experience in the use of CADD systems. All drawings shall be furnished in Intergraph Microstation design file compatible format. Deliverables and backups must be of current version in operation by the Vicksburg District at time of contract award. Responding firms must, as a part of their response, state the type of CADD system to be used by their firm and explain in detail how the system will be made compatible with the Vicksburg District Intergraph CADD system. Firms failing to submit as a part of their response, information on how they will achieve complete CADD compatibility with the Vicksburg District's system will not be considered. Selection criteria will be based on the following considerations and are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a "tie-breaker," if necessary, in ranking the most highly qualified firms. A. Specialized experience in first-order horizontal and vertical control surveys, control surveys utilizing GPS,automated hydrographic surveys in real time utilizing DGPS technology,gage and discharge surveys on large and small streams, topographic surveys utilizing total stations and data collectors formatted for entry into Intergraph computer systems, topographic surveys utilizing vehicle- mounted OTF or RTK DGPS systems, multi-beam or fan-sweep hydrographic surveys, and cadastral surveys including large land areas accepted by state or Federal courts to settle boundary disputes. B. Capacity in terms of personnel, including management personnel, with demonstrated experience and qualifications in all areas of surveying required above, and necessary equipment to assure prompt response to and completion of surveying assignments. C. Professional qualifications of employees designated to work under this contract, including professional recognition, professional registration, advanced degrees, and recognized designations of industry professional organizations. D. Knowledge of locality in terms of terrain features, area working conditions, location of major land forms, and river basins, etc. E. Past performance—consideration will be given to ratings on previous A-E DoD contracts for engineering services. F. Extent of participation of SB, SDB, historically black colleges and universities (HBCU) and minority institutions (MI) in the contract team. Participation will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner, the greater the participation, the greater the consideration. G. Geographic proximity to Vicksburg, Mississippi. The contracts will be awarded on or about October 1999. H. DoD contract awards in the past 12 months. The greater the awards the lesser the consideration. In the final selection process, the most highly qualified firms will be interviewed. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities for this work are invited to submit one copy of a combined SF 255 and separate SFs 254 for prime and each consultant to U.S. Army Engineer District, Vicksburg, ATTN: A-E Services Group (CELMK-ED-AC), 4155 Clay Street, Vicksburg, Mississippi 39180-3435. Include ACASS numbers in Blocks 3b and 6 of SF 255. Call the ACASS Center at (503) 808-4591 to obtain a number. All telephone calls should be directed to Mrs. Laura Cespedes, (601) 631-5575. This is not a RFP. A fee proposal will be requested at a later date. Along with the fee proposal, the selected firm (if a large business) will be required to submit a Subcontracting Plan in accordance with FAR 19.702. The objective of the plan is to offer subcontracting opportunities to small business concerns and small disadvantaged business concerns to the maximum practicable extent consistent with the efficient performance of the contract. The subcontracting plan may be directed to Mrs. Shirley Reed, Small Business Specialist, (601) 631-5347. See Notes 24 and 25.**** Posted 03/02/99 (W-SN303949). (0061)

Loren Data Corp. http://www.ld.com (SYN# 0080 19990304\T-0002.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page