Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2002 FBO #0194
SOLICITATION NOTICE

C -- AUTOMATED REVETMENT SURVEYS ON THE MISSISSIPPI, ATCHAFALAYA AND RED RIVERS

Notice Date
6/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans-Civil Works, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
DACW29-02-R-0026
 
Response Due
7/15/2002
 
Archive Date
8/14/2002
 
Point of Contact
Aline Smith, (504)862-2883
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans-Civil Works
(Aline.L.Smith@MVN02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA POC Aline Smith, 504-862-2883 Automated Revetment Surveys on the Mississippi, Atchafalaya and Red Rivers 1. CONTRACT INFORMATION: The New Orleans District Corps of Engineers intends to contract for A-E services to perform hydrographic surveys on the Missi ssippi,Atchafalaya and Red Rivers. A firm fixed-price contract for a period of eight months is scheduled for award in October 2002, to be completed June 2003. Estimated total cost of the proposed services is between $500,000 -- $1,250,000. This announcement is open to small businesses only. 2. PROJECT INFORMATION: The New Orleans District requires Hydrographic & Topographic surveys obtained using Differential Global Positioning Systems (DGPS) and automated sounding systems for its revetment and preconstruction surveys at selected locations on the Mississippi, Atchafalaya and Red Rivers. Pre-construction revetment surveys shall consist of approximately 100 ranges over 2.0 miles of river bank at 2 proposed sites on the Atchafalaya River and 1 proposed site on the Mississippi River. Surveys of the existing revetment shall consist of approximately 13,500 ranges over 275 miles of river bank at 85 sites on the Mississippi River and approximately 3,000 ranges at 37 sites on the Atchafalaya River an d at 3 sites on the Red River. Elevations will be provided at approximately 20 foot intervals on each range. Firms must indicate capability of using both multi-beam bathymetric and single transducer technology to obtain hydrographic surveys. Overbank surve ys will be made at all preconstruction sites and major bank failures as described in the contract. All survey data for each range, no matter how the data are obtained shall be edited, combined, transmitted electronically and furnished on compact disk (CD), in the format specified in the contract. CADD and/or chart deliverables shall be furnished in the format specified in the contract. 3. SELECTION CRITERIA: See Note 24 for general selection process. Selection evaluation factors in descending order of prece dence are: (1) Specialized experience and technical competence in this type of work. (2) Relative to capacity, the A-E shall exhibit at least the following minimum personnel and equipment: one registered land surveyor, one 4-person shore control survey par ty, three 2-person hydrographic surveying crews, each equipped with a minimum 18' survey boat with cabin, and with DGPS and automated depth sound equipment, of which 1 crew is to be outfitted with multi-beam system. (3) Past performance on contracts with D OD agencies. (4) A quality control plan appropriate for the scope of work. (5) Safety plan and performance (man-hours lost in the last 100,000 worked). (6) Professional qualifications necessary for satisfactory performance of required services. (7) Geogr aphic proximity of firm. (8) Volume of DOD contract awards in the last 12 months as described in Note 24. For the Safety Plan and Quality Control Plan, skeletal outlines demonstrating the content of such plans are sufficient; however, not addressing these items will be viewed as non-responsive. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit seven copies of SF 255, SF 254 and any other pertinent information. The eight evaluation factors listed above must be addressed in block 10 of the SF 255 for the prime contractor as well as all subcontractors and consultants. Submit the requested information to the address below not later than the close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday the dead line is the close of business of the next business day. Include the Firm's ACASS number in block 3b of the SF255. For ACASS information, call (503) 808-4594. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Enginee rs, New Orleans District, CEMVN-CT-T, Attn: Aline Smith, Foot of Prytania Street, New Orleans, La 70118-1030. Solicitation packages are not provided. This is not a request for proposal.
 
Place of Performance
Address: US Army Engineer District, New Orleans-Civil Works ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00092423-W 20020614/020613084753 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.