COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15, 2000 PSA #2686
SOLICITATIONS
C -- ARCHITECT-ENGINEER SERVICES FOR ENGINEERING FIELD SURVEYS AND RELATED ENGINEERING SERVICES
- Notice Date
- September 13, 2000
- Contracting Office
- Huntington District Corps of Engineers, 502 Eighth Street, Huntington, WV 25701-2070
- ZIP Code
- 25701-2070
- Solicitation Number
- N/A
- Point of Contact
- Elizabeth D. Ward, CONTRACT SPECIALIST 304-529-5624, Sandra M. King, CONTRACTING OFFICER
- Description
- CONTRACT INFORMATION: Indefinite delivery contract(s) for engineering field surveys and surveying services primarily within the Huntington Districts mission boundary, but could include services anywhere within the Great Lakes and Ohio Rivers Division mission boundaries. It is anticipated that two indefinite delivery contracts will be negotiated and awarded for the Huntington District. Each indefinite delivery contract will be negotiated and awarded with a contract base period not to exceed one year, and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $750,000. An option period may be exercised when the contract amount for the base period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders not to exceed the base contract amount. The top ranked firms will be awarded the contracts. To be eligible for award, a firm must be registered in the DOD Central Contractor Registration (CCR) Registrar via the CCR Internet site at http://www.ccr2000.com or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. This announcement is open to all businesses, regardless of size. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. 2) PROJECT INFORMATION: Engineering Services will consist of horizontal and vertical control surveys, HTRW surveys, structural deformation studies, route surveys, quantity surveys, land surveys, construction layout surveys, hydrographic surveys, geodetic surveys, and real property surveys of Government-owned land tracts, such as levees, reservoirs, or dredge disposal areas. These services may be required to establish or re-establish corners, monuments and boundary lines, or for the purpose of describing fixed improvements, or platting or dividing parcels. These services will also be used as necessary to support engineering studies to include design and construction, planning, operation and maintenance of navigation and flood control projects, real estate and emergency management activities for projects within the jurisdiction of the Huntington District and may be utilized for Division-wide projects. The District and Division boundaries are shown at http://www.usace.army .mil/inet/locations/bdry-pages/. All mileage computed in regard to a particular work order will be measured from the Huntington District office, or the Contractor's office closest to the project, whichever is closest. Surveys require personnel and equipment necessary to obtain surveys of second and third order accuracy (NGS standards). Facilities must be capable of producing topographic mapping that conforms to the National Map Accuracy Standards. Hydrographic survey capabilities must meet requirements of U.S. Army Corps of Engineers EM1110-2-1003 Hydrographic Surveying dated 31 October 1994. Hydrographic surveys shall use totally automated systems with the capability of positioning by use of a Differential Global Positioning System (DGPS). Firm(s) must also verify possession or ability to obtain backup (conventional/terrestrial) positioning systems in the event that satellite transmission for DGPS positioning is interrupted, blocked, or not available. Firms must be able to submit survey and mapping data in the formats requested by the government. These formats include but are not limited to Geolab, Metadata, 3D-Microstation, CADD, AUTO-CADD, Hypack, Excel, and ASCII. The files may be requested on 3.5" floppy disk, zip disk, CD ROM or electronic transfer. In addition to the above formats, firms must have e-mail capability for project updates, status reports, file transfer abilities (FTP), etc. The government will only accept the final product, without conversion or reformatting, in the stated formats. Firms must have the capability of complying with the current U.S. Army Corps of Engineers manuals EM-1110-1-1003, EM-1110-1-1005, EM-1110-1-1004 & EM-1110-1-1002. Firms must also have the capability of complying with the Tri-Service Spatial Data standards. Firms must have the capability of using the Global Positioning system (GPS) for geodetic control surveys, in addition to conventional surveying mapping instruments suitable for the stated accuracies. Work may require using the metric system. In addition, a brief Design Management Plan including an explanation of the firms' management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the interrelationship of management and various team components (including sub-contractors) must be shown in paragraph 10 of the SF 255. 3) SELECTION CRITERIA: Submittals will be evaluated against the general evaluation factors as follows listed in descending order of importance. Specific selection criteria (a) (d) being primary and (e) (g) being secondary is as follows and must be documented with resumes in the SF 255. Resume shall indicate registration, certification, training and education of individuals proposed for this project. All work is to be performed under the supervision of a Registered Land Surveyor or a Registered Civil Engineer. (a) Specialized Experience. Firms must indicate specialized experience and technical competence in: 1) Geodetic surveying utilizing least squares adjustments to establish horizontal and vertical control for various surveying projects. 2) Topographic surveying capabilities using differential GPS and conventional surveying techniques. 3) Hydrographic surveying capabilities using differential GPS, acoustic, and conventional survey techniques. 4) Deformation Monitoring capabilities utilizing least squares adjustments to analyze survey measurements for accuracy and monitor movement of large structures. 5) Global Positioning Systems capabilities for geodetic, topographic and GIS data collection. 6) Indicate capability to perform LIDAR mapping and describe that capability. 7) Ability to collect digital data for planimetric and topographic features, DTM, DEM, data collection and manipulation of terrain data. 8) Cadastral surveying capabilities to re-establish, monument and sub-divide parcels, easements and right-of-ways in accordance with state and local requirements. 9) GIS-data development and system design compatible with the National Spatial Data Transfer Standards (SDTS). 10) HTRW capabilities to perform level B through level D HTRW surveys. 11) Route surveys. 12) Construction surveys. (b) Professional Qualifications. 1) Personnel Strength. Firms must provide resumes that indicate the professional qualifications necessary for satisfactory performance of the required services in each field for the following individuals. Supervisory Professional Land Surveyor or Professional Civil Engineer with ability to perform surveys in the following states: KY, OH, IL, IN, MI, TN, PA, NY, MD, WV, NC, and VA. Resumes identifying education, training and/or certification are also required for the following individuals: Geodosist / GPS technician, civil engineer / surveying technician, CADD operator / Draftsperson and three groups of 3-person (party chief, instrument operator and rodman) survey parties are required. 2) Equipment Availability: Firms must provide a list of equipment including: Total Stations, GPS receivers (Geodetic and GIS quality), Automatic Levels, Boats, Digital Fathometers, Computer software and HTRW equipment. A detailed list of survey instruments indicating age, technical specifications (indicating compliance with NGS standards for second and third order survey accuracies) brand name, and mechanical condition of all instruments must be furnished. 3) One survey party must have HTRW field capability and current certification. (c) Capacity to accomplish the work in the required time; if a branch office, its capacity to perform independently of the main office. (d) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. (e) Geographical location and knowledge of the locality of the project. (f) Volume of work of DOD contract awards within the last 12 months as described in Note 24. (g) Extent of participation of Small Business, Small Disadvantaged Business (SDB), Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) in the proposed contract team measured as a percentage of the estimated effort. 4) SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/90 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm'' ACASS information in SF 255, Block 3b. For ACASS information, call 503-808-4590. This is not a request for proposals. Solicitation packages are not provided for A-E contracts.
- Record
- Loren Data Corp. 20000915/CSOL001.HTM (W-257 SN496069)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on September 13, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|