Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2003 FBO #0531
SOLICITATION NOTICE

T -- The Huntington District U.S. Army Corps of Engineers announces the following procurement requirement. The point of contact for this procurement is Contract Specialist Janice C. Swann (304)529-5961.

Notice Date
5/12/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Huntington-Civil, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
DACW69-03-R-0028
 
Response Due
6/9/2003
 
Archive Date
8/8/2003
 
Point of Contact
Mary Ann Maynard, 304-529-5736
 
E-Mail Address
Email your questions to US Army Engineer District, Huntington-Civil
(mary.a.maynard@lrh.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Contract Information: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582, as amended) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the re quired work. Architect Engineer Services are required for Photogrammetry, Geographic Information Systems (GIS) and related services for various civil works projects located within the Great Lakes and Ohio River Division. These projects will be under the jurisdiction of the Huntington District but may be located anywhere within the boundaries of the U.S. Army, Corps of Engineers, Great Lakes and Ohio River Division, which include the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsbur g Districts. One indefinite delivery contract will be negotiated and awarded with an initial contract period of one year and two one year option periods. The monetary amount of the resultant contract will be limited to $1,000,000 for the initial contrac t period, and $1,000,000. for each option which may be exercised. Individual fixed price delivery orders shall not exceed $1,000,000. The total amount of the Contract will not exceed $3,000,000. An option period may be exercised when the contract amoun t for the initial contract or preceding option period has been exhausted or nearly exhausted. 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 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. It is not necessary to submit the subcontracting plan with this submittal. Quality control plan will also be required at the time of award. Work will be issued b y negotiated firm-fixed price task orders not to exceed the base contract amount. North American Industrial Classification System (NAICs) code is 541370, which has a size standard of $4,000,000 in average annual receipts. 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 regarding the requirement for a subcontracting plan on that part of work it intends to subcontract. The subcontracting plan is not requi red with this submittal. 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 employ ee??????s office location (not the location of the work). To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic C ommerce Information Center at 1-800-334-3414. 2. Project Information: The Photogrammetric requirements will consist of aerial photography, Airborne Global Positioning Systems (ABGPS), geodetic and photo control survey, aero triangulation, stereo compila tion, digital orthophotography, Light Detection and Ranging (L:IDAR), GIS data collection, data conversion and metadata. 3. Selection Criteria: The selection criteria for this particular contract are listed below in descending order or importance (first by major criterion and then by each sub-criterion). Criteria A through E are primary. Criteria F and H are secondary and will only be used as a ??????tie-breaker?????? among firms that are essentially technically equal. The criteria must be documented w ith resumes in the SF 255. Resumes shall indicate registration, certification, training and education of individuals proposed for this project. A. Specialized Experience: experience in aerial photography, ABGPS, geodetic and photo control survey, aero t riangulation, stereo compilation, digital orthophotography, LIDAR, GIS data collection, data conversion and metadata. B. Professional Qualifications: profe ssional qualifications such as professional registrations/licenses, advanced training and specific work experience of key personnel. C. Photogrammetric Equipment: Airworthy aircraft, certified aerial cameras, geodetic grade GPS receivers, photographic la b for reproducing aerial photography and mapping products, hardware and software to perform aero triangulation and map compilation of planimetric and topographic features in both raster and vector formats. D. Capacity to Accomplish the Work: Sufficient equipment and personnel to accomplish work as required to maintain delivery of a quality product on a timely schedule. E. Past Performance on DOD and other contracts in terms of quality of work and compliance with performance schedules, as determined f rom ACASS and other sources. F. Geographic Location: Geographic location with respect to the region under consideration. G. Current DoD Contracts: The volume of DoD contracts awarded during the previous twelve months. H. Small Business and Small D isadvantaged Business Participation: Extent of participation of small businesses (including woman-owned), Small Disadvantaged Business, historically black colleges and universities and minority institutions in the proposed contract team, measure as a percentage of the total estimated effort. 4. Submission Requirements: Interested firms having the capability to perform the work must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime firm and all con sultants, to the above address not later than 4:30 PM on June , 2003. Include the firm??????s ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4590. Facsimile transmissions will not be accepted. Solicitation packages are not provid ed and no additional project information will be given to firms during the announcement period. This is not a request for proposal. The point of contact for this procurement is Janice.C.Swann@lrh.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Huntington-Civil ATTN: CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN00322349-W 20030514/030512213525 (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.