Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26, 2001 PSA #2815
SOLICITATIONS

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR AERIAL MAPPING AND AERIAL PHOTOGRAPHY FOR PROJECTS UNDER THE JURISDICTION OF SAVANNAH DISTRICT AND SOUTH ATLANTIC DIVISION

Notice Date
March 22, 2001
Contracting Office
U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889
ZIP Code
31402-0889
Solicitation Number
DACW21-01-R-0006
Point of Contact
. WADE SEYLE, JR., PE, Chief of Survey and Control Section -- 912-652-5508 (Technical Questions) or Leila Hollis 912-652-5105 (Contractural Questions)
E-Mail Address
Leila Hollis (leila.hollis@sas02.usace.army.mil)
Description
1. DESCRIPTION: The US Army Corps of Engineers, requires the services of an engineering/survey firm for an indefinite delivery indefinite quantity contract for aerial mapping and aerial photography for projects under the jurisdiction of Savannah District and South Atlantic Division. The contract is anticipated to be awarded in July 2001. The contract will consist of a basic ordering period and two option periods, each period not to exceed one year, for a total of three years. The total of all task orders during each ordering period may not exceed $600,000.00. Individual task orders may not exceed $600,000.00. The total amount of each contract over the three year ordering period may not exceed $1,800,000.00. In the event that the Government has reached the capacity for any of the contract years early it shall have the right to exercise the option at a date earlier than the 1 year period. This announcement is set aside for small businesses. The NAICS Code is 541370 with a size standard of $4,000,000.00. For additional information concerning subcontracting requirements, please contract Ms Leila Hollis, Contract Specialist, at 912-652-5105. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. ***** 2. PROJECT INFORMATION: Task orders to be issued under this contract may include aerial mapping, orthorectified digital aerial photography, production of seamless digital orthomosaics; topographic surveying and mapping; generation of triangulated irregular networks (TIN) and digital elevation models (DEMS); property and boundary surveys; preparation of drawings, maps, and plats; and perform records and drawing (plat) research necessary to locate property lines and monuments in the field. All photography must be originated and delivered in a .tiff format with a world file and/or a geotiff format. Drawings must be originated and delivered in .dgn format. DEM and TIN datasets must be delivered in a Bentley/Intergraph format and/or ESRI format as the project dictates. In addition GIS data, when requested, will be originated and submitted in ArcView and/or Arc Info formats for downloading into a GIS database. Work shall be submitted in both electronic files and hard copy. ***** 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f is secondary and will only be used as "tie-breakers" among technically equal firms. ***a. Specialized experience and technical competence in (1) Aerial surveying and mapping and aerial photography. (2) Equipment, including GPS units, to be used in performing photography, surveying, and mapping. (3) Experience in producing orthorectified photography. (4) Preparation and delivery of deliverables in .dgn, ArcView, and Arc Info formats. (5) Ability and experience in performing courthouse research for boundary surveys. (6) Use of in-house quality control measures to ensure accuracy of field work and final work products. The firm's QC program must be discussed in Block 10 of SF 255. ***b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. Indication of favorable performance ratings, awards, and repeat clientele in Block 10 of SF255 is recommended. ***c. Capacity to provide a project manager, land surveyors registered in GA, SC, and NC; certified photogrammetrists; stereoplotter operators/image analysts, CADD/GIS operators; topographic survey party chiefs and teams to accomplish simultaneous task orders, and the capacity to respond on-site within 5 days of order receipt. Minimum capacity is two professionals (including survey party chiefs and survey teams) for each discipline, but additional capacity is desirable. These disciplines MUST be shown in BLOCK 4 of SF 255. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline, however, for IN-HOUSE PERSONNEL, Column 4. (B), only indicate the number of personnel located in the specific office submitting the SF255. All others, included personnel from branch offices in other locations are to be indicated as consultants in Column 4(A). ***d. Professional qualifications of key management and professional staff members (land surveyors) who must possess all necessary licenses and registrations required to perform surveys in GA, SC, and NC and resumes that detail the experience and qualifications of other team members including the project manager, survey party chiefs, certified photogrammetrists , stereoplotter operator/image analyst , and CADD/GIS operators. Particular emphasis should be placed on detailing the experience and qualifications of the people who will be performing the work instead of the principles and project managers of the company. It is not necessary to include the instrument or rod man's qualifications. ***e. Knowledge of locality as it pertains to aerial surveying and mapping, and topographic surveying and mapping in GA, SC, and NC. ***f. Volume of DoD contract awards in the last 12 months as described in Note 24. ***** 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit one (1) copy of SF 255 (11/92 edition) for PRIME and one (1) copy of SF 254 (11/92 edition) for prime and all consultants, to the following address: US ARMY ENGINEER DISTRICT, SAVANNAH, ATTN: CESAS-EN-ES (Natasha Givens), 100 WEST OGLETHORPE AVENUE, SAVANNAH, GA 31401-3640 not later than the close of business the 30th day after the printed issue 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 Block 3b of SF 255. For ACASS information, call 503/326-3459. No faxed submittals will be accepted. Cover letters and extraneous material (Brochures, etc.) are not desired and will not be considered. PHONE calls are discouraged unless absolutely necessary. PERSONAL visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL.
Web Link
U.S. Army Corps of Engineers, Savannah District, Contracting (www.ebs.sas.usace.army.mil)
Record
Loren Data Corp. 20010326/CSOL008.HTM (W-081 SN50H067)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 22, 2001 by Loren Data Corp. -- info@ld.com