COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 13, 2001 PSA #2787
SOLICITATIONS
C -- ARCHITECT-ENGINEER INDEFINITE DELIVERY TYPE CONTRACT FOR SURVEYING AND MAPPING SERVICES
- Notice Date
- February 9, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Portland District, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- DACW57-01-R-0010
- Point of Contact
- Contract Specialist, Susan Mechals -- (503) 808-4619
- Description
- 1. A/E Indefinite Delivery Type Contract for Surveying and Mapping Services. 2. CONTRACT INFORMATION. Surveying and mapping services are required for various projects within the boundaries or assignments of the Portland District. An A/E Indefinite Delivery Contract for $750,000 will be awarded, with a base period of one year and two option periods of one year each, NTE $2,250,000.00. At the Government's discretion, option periods could be exercised early. Each task order issued under this contract is not to exceed $750,000. 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. Subcontracting goals for this contract are that a minimum of 61.4% of the proposed subcontracting amount be placed with small business (SB), including small disadvantaged business (SDB) 9.1%, women-owned business 5% and with HUBZone business 2%. Estimated contract award will be December 2001. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not location of the work). To be eligible for contract awards, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet sit at http://www.ccr.dlsc.dla.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 3. PROJECT INFORMATION. A Land Surveyor licensed in the states of Oregon and Washington shall supervise all contracted services. Typical services to be provided will include 2nd and 3rd Order Horizontal and Vertical Control Surveys; Structural Deformation, GPS, Cadastral, Project Boundary, right-of-way, Hydrographic, and Topographic surveys. GIS & photogrammetric mapping may be required. 4. SELECTION CRITERIA. Selection criteria for this project will be based upon the following, listed in descending order to importance. Criteria a-h is primary; criteria i-k is secondary, used only as "tie breakers" among technically equal firms. a. Firms that currently employ Professional Land Surveyor(s) who are licensed in the States of Oregon and Washington. b. Specialized experience and technical qualifications of the proposed project manager and key team members to be assigned to the services listed above. c. Knowledge of flood control, navigation, and hydroelectric dam projects in Portland District, and deformation monitoring of same. d. Capability to supply up to three (3) field survey parties. e. Survey instruments, computers, mapping software, and other pertinent equipment available for use. f. Past performance on contracts with government agencies and private industry with respect to administrative performance, technical competency, cooperative attitude, cost control, and compliance with performance schedules on previous project. g. Proposed project organization, lines of authority, disciplines proposed and team backup personnel. h. Current workload and capacity of firm to accomplish required services on schedule. Firm should estimate volume of work anticipated during the life of this contract, and percentage of resources available to perform the services required under this contract, including the ability to accomplish multiple task order simultaneously. i. Location of the firm with respect to the Portland District will be considered, relative to location of other firms. j. Extent of participation of SB, SDB, historically black colleges, and universities, and minority institutions in the proposed contract team, measured as a percentage of total estimated effort. k. The firm's volume of previous U. S. government work. 5. SUBMISSION REQUIREMENTS. Interested A/E firms that have the capability to perform this work must submit three copies of SF 254 (11/92 edition) and SF 255 (11/92 edition) for the prime firm and all consultants, to USACE Portland District, Contracting Division, 333 SW First Avenue, Portland, OR 97204, Attn: CENWP-CT-C, Susan Mechals, not later than the close of business (4:00 p.m. p.s.t.) 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's ACASS number in SF 255, Block 3b. Request for verbal presentation of qualifications will not be permitted. This is not a request for proposal. Solicitation packages are not provided. Direct technical questions to Scott Kool (503) 808-4849. Direct administrative questions to Susan Mechals, (503) 808-4619. Reference No. DACW57-01-R-0010. NAICS 54133 (SIC 8711)
- Record
- Loren Data Corp. 20010213/CSOL005.HTM (W-040 SN50D2X0)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|