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