COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS
C -- AERIAL PHOTOGRAPHY AND MAPPING SERVICES IN THE SEATTLE DISTRICT, WASHINGTON, OREGON, AND MONTANA
- Notice Date
- February 1, 2001
- Contracting Office
- US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- DACW67-01-R-0009
- Response Due
- March 5, 2001
- Point of Contact
- Contract Specialist, Bonilie Lackey (206) 764-4481
- E-Mail Address
- Bonilie Lackey, Contract Specialist (bonilie.l.lackey@usace.army.mil)
- Description
- Architectural and Engineering (A-E) services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for Aerial Photography and Mapping Services in the Seattle District, mainly Washington, Oregon, Idaho, and Montana, and including any other work that may be assigned to the District. Services required include but not limited to cadastral, boundary, topographic, hydrographic, control, construction and photogrammetric surveys for both civil and military projects. Photogrammetric surveys shall include but not be limited to aerial photography, analytical aerotriangulation, digital stereo compilation and digital orthophotography. The surveys include the use of the global positioning system (GPS) for ground and airborne applications, when and where appropriate. Services are required for planning, design and construction of roads, utility systems, airfields, buildings, levees, channels, dams and other related studies, structures and facilities. Proposed procurement will result in a one-year fixed price indefinite delivery contract with an option to extend for two additional years. Task Orders shall not exceed $200,000 each to be issued as requirements arise. Total contract amount shall not exceed $300,000 per year, with the total contract amount NTE $900,000. The estimated award date of the contract will be May 2001. The Standard Industrial Classification (SIC) Code has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for surveying and mapping services is 541370, which is matched to SIC code 8713. This project is 100 percent set-aside for small business. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $4 million. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr2000.com or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. Significant evaluation criteria in descending order of importance are: (1) Specialized experience and technical competence of the firm in types of work required, including knowledge of the locality of the work to be performed. (2) Professional qualifications of team's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services. Note: The firm must have on staff, an American Society for Photogrammetry and Remote Sensing (ASPRS) certified photogrammetrist(s). (3) Capacity of the team to accomplish the work in the required time. Note: As a minimum, the firm must be able to provide, at any one time, four (4) analytical stereoplotter operators for digital stereo compilation of large projects (full-time for up to three consecutive months) in order to meet projects schedules. (4) Past performance on DoD, government and industry with respect to cost control, quality of work, and compliance with performance schedules. Note: Firm must provide samples of aerial photography, vertical and oblique, for quality review. NOTE: The following criteria are considered secondary factors and will only be evaluated for firms that make the short-list. (5) Capacity of the team to accomplish multiple simultaneous task orders in the required time. (6) Geographic proximity: Location of the firm in the general geographic area of the project. (7) SB and SDB participation: Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) measured as a percentage of the total anticipated contract effort. (8) Volume of DoD contract awards to the prime A-E in the last 12 months. Construction support services may be included as an option. A-E will be required to use M-CACES for cost estimating on this contract. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and automated review management system (DrChecks) via modem. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-808-4591. Submittals should be mailed to the following address: U.S. Army Corps of Engineers, Seattle District, Attn: Bonilie L. Lackey, P.O. Box 3755, Seattle, WA 98124-3755. Handcarried submittals should be delivered to U.S. Army Corps of Engineers, Seattle District, Attn: Bonilie L. Lackey, 4735 East Marginal Way South, Seattle, WA 98134-2385. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. This is not a request for proposal.
- Web Link
- Seattle District, Corps of Engineers, Contracting Page (http://www.nws.usace.army.mil/ct/)
- Record
- Loren Data Corp. 20010205/CSOL007.HTM (W-032 SN50C549)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 1, 1988 by Loren Data Corp. --
info@ld.com
|
|
|
|