Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS

C -- SURVEYING SERVICES IN THE SEATTLE DISTRICT, WASHINGTON, OREGON, IDAHO, 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-0010
Response Due
March 6, 2001
Point of Contact
Contract Specialist, Sandy Thomson, (206) 764-6865
E-Mail Address
Sandy Thomson, Contract Specialist (sandra.b.thomson@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 Surveying 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 are not limited to cadastral, boundary, topographic, hydrographic, control, construction and photogrammetric surveys for both civil and military projects. 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 option to extend for one additional year. Delivery orders shall not exceed $200,000 each to be issued as requirements arise. Total cumulative contract amount shall not exceed $600,000 over two years. The estimated award date of the contract will be May 2001. The Standard Industrial Classification (SIC) has been replaced by the North American Industry Classification System (NAICS) Code. The NAICS code for surveying 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 firm'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 a Professional Land Surveyor(s) currently licensed in the states of Washington, Oregon, Idaho, and Montana. (3) Capacity of the firm to accomplish the work in the required time. Note: As a minimum, the firm must be able to provide, at any one time, three (3) crews of three people each, consisting of a party chief, instrumentman and rodman. (4) Capacity of the team to accomplish multiple simultaneous Delivery Orders in the required time. (5) Past performance on DoD, government and industry contracts with respect to cost control, quality of work, and compliance with performance schedules. NOTE: The following criteria is considered secondary criterion and will only be evaluated during final selection for the short listed firms (6) Location of the firm in the general geographic area of the project. (7) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black Colleges and Universities and minority Institutions in the proposed contract team, measured as a percentage of estimated effort. (8) Volume of DoD contract awards to the prime A-E firm 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: Sandy Thomson, P.O. Box 3755, Seattle, WA 98124-3755. Handcarried submittals should be delivered to U.S. Arm Corps of Engineers, Seattle District, Attn: Sandy Thomson, 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/CSOL008.HTM (W-032 SN50C581)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on February 1, 1988 by Loren Data Corp. -- info@ld.com