Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1995 PSA#1280

US Army Engineer Division, Huntsville, ATTN: CEHND-PM-AE, PO Box 1600, 4820 University Square, Huntsville, Alabama 35816-1822

C -- ARCHITECT-ENGINEER TITLE I AND TITLE II SERVICES FOR SURVEYING AND DIGITAL ELEVATION MODEL CREATION FOR VARIOUS SITES POC Terry Burton, Contract Specialist, or J. N. Etheridge, III, Contracting Officer, telephone 205-895-1381. Professional engineering services for performing photogrammetric mapping, control surveys, kinematic global positioning (GPS) sur- veys, aerotriangulation and creation of digital elevation models (DEMs) for the St. Louis District, U.S. Army Corps of Engineers. This contract will be used for ground surveys, aerotriangulation and DEM creation for non-contigous area's along the Mississippi, Missouri and Illinois rivers. Work will be accomplished under a firm-fixed-price contract and the estimated cost range is between $2 million and $4 million for one calendar year. The contract is anticipated to be awarded by June 1995. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the work requirement for subcontracting plan on that part of the work that it intends to subcontract. The subcontract- ing goals for this contract are 40% of the contractor's intended subcontract amount be placed with small businesses (SB), includ- ing small disadvantaged businesses (SDB), and 8% be placed with SDB, including Historically Black Colleges and Universities or Minority Institutions. The plan is not required with this submit- tal. PROJECT INFORMATION: The DEM data must comply with American Society for Photogrammetry and Remote Sensing (ASPRS), Class 1 mapping of topographic elevation data for four (4) foot contour intervals. DEM data collection will be in standard ASCII DEM format and requires five (5) meter post spacing horizontal resolution along with mass points and breaklines as required to depict topographic features at the required accuracy standard. Vertical resolution of the DTM data will be 1/10 foot. The data collection will be collected from three sources. (a) DEM creation of areas where suitable hardcopy mapping data is not provided will be accomplished from existing aerial photography flown at a mean elevation above ground of 8,000 feet with a six (6) inch focal length aerial camera (with airborne GPS control), additional ground control, aerotriangulation, and compilation of mass points and breaklines to depict topography. (b) DEM creation will be generated for portions of selected areas from suitable hardcopy mapping provided by the government and incorporated into DEMs to complete coverage. (c) Selected linear features such as but not limited to road and levees will require a higher accuracy requirement for DEM posts. DEM data will be collected for these areas with the use of kinematic GPS. This data will also be added to existing DEM data collected by other methods described above to complete area coverages. PROJECT AREAS. The areas considered for digital elevation data creation are non-contigous areas along the Mississippi, Missouri and Illinois Rivers and within the states of Arkansas, Mississippi, Louisiana, Iowa, Minnesota, Wisconsin, Missouri, Illinois, Kansas, Kentucky, Tennessee and Nebraska. The approximate locations of the areas are as follows: a. The confluence of the Mississippi and Missouri Rivers north of St. Louis, Missouri/Illinois. b. The Missouri River from Brownville, Nebraska to Forbes, Missouri. c. The Missouri River from Dewit, Missouri to the southern point of Wallace Island. d. The Missouri River through Kansas City, Missouri/Kansas south to Eton, Missouri. e. The confluence of the Mississippi and Ohio Rivers including the Mississippi River from Commerce, Missouri south to Tipptonville, Tennessee and the Ohio River from Olmstead, Illinois south to the Mississippi River. f. The Mississippi River from Clarksville, Missouri south to Cape au Gris, Missouri. g. The Illinois River from Pearl, Illinois south to the confluence of the Illinois and Mississippi Rivers. EVALUATION FACTORS: See Note 24 for general selection process. The selection criteria, in descending order of importance (first by major criterion and then by each sub- criterion) are: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COM- PETENCE: (a) Specialized experience and expertise in surveys in- cluding plainmetric, topographic, geodetic control, location, GPS surveying, aerial photo control surveys, and in field data processing and survey adjustments. (b) Demonstrated DEM creation experience (at the accuracies specified above) must include the following: (1) Ground survey control selection and incorpora- tion of airborne GPS data in photo control to perform aerotrian- gulation solutions for government furnished photographic stereomodels for DEM compilation. (2) Compilation of topographic features in the form of breaklines and mass points of the ground surface from aerial photo stereopairs. (3) Utilizing existing hardcopy topographic mapping to produce vector lines from contours and convert them to DEMs. (4) Collection and inclusion of surveyed linear features from kinematic GPS surveys into DEM for the purpose of enhancing the accuracy of critical DEM points. (5) Combining any and/or all of the above data types into a complete DEM coverage. (c) Firms must have the ability to submit all DEM data as standard ASCII DEM format at the required resolution (five (5) meter post spacing horizontally and 1/10-foot vertically) on 2.3 or 5 Gigabyte 8mm tapes and .25 inch tapes). 2. CAPACITY OF THE FIRM TO FURNISH EQUIPMENT AND PERSONNEL to ACCOMPLISH THE WORK AS REQUIRED TO MAINTAIN DELIVERY OF a QUALITY PRODUCT ON TIME AND WITHIN BUDGET. (a) Firms will demonstrate that they presently have all necessary software and hardware including but not limited to at least three (3) fully analytical first order stereoplotters, aerotriangulation software, computers and tape drives capable of generating the products described above. (b) Firms will demonstrate that they presently have electronic total stations with data collectors, kinematic GPS equipment capable of subcentimeter measurement accuracy and Computer Aided Drafting and Design (CADD) data processing equipment. (c) Firms will demonstrate that they have adequate full time permanent three man survey crews on staff. 3. PROFESSIONAL QUALIFICATIONS: (a) All survey work must be performed under the supervision of a Registered Land Surveyor or a Registered Professional Engineer with experience in surveying with demonstrated experience in computer aided drafting and design (CADD), demonstrated experience in GPS data processing and network adjustments and who is full time permanent staff member with the firm. (b) All aerotriangulation and DEM generation must be accomplished under the supervision of a certified photogrammetrists (American Society of Photogrammetry and Remote Sensing (ASPRS)) who is a full time permanent staff member with the firm. 4. PAST PERFORMANCE ON SIMILAR DEPARTMENT OF DEFENSE CONTRACTS and OTHER CONTRACTS WITH RESPECT TO COST CONTROL, QUALITY of WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. Firms with unsatisfactory or marginally unsatisfactory past performance evaluations (poor or below average) will not receive consideration for award of this contract. 5. GEOGRAPHICAL LOCATION OF THE FIRM WITH RESPECT to WHERE THE SERVICES ARE REQUIRED. 6. EXTENT OF PARTICIPATION of SB, SDB, HISTORICALLY BLACK COLLEGES and UNIVERSITIES, MINORITY INSTITUTIONS in THE PROPOSED CONTRACT TEAM MEASURED AS a PERCENTAGE OF THE ESTIMATED EFFORT. 7. VOLUME OF DOD CONTRACTS AWARDED in THE LAST 12 MONTHS AS DESCRIBED IN Note 24. The relative order of importance of factors and subfactors are as follows: Factors 1, 2, and 3 are the most important of the factors. The factors are in the order of descending importance. Factor 3 is four times as important as factors 4, 5, 6, and 7. Factors 4 through 7 are of equal importance. Subfactors 1a and 1b are equal in importance, but are twice as important as subfactor 1c. Subfactors 1b (1) through 1b (5) are of equal importance. Subfactors 2a, 2b and 2c are in descending order with subfactor 2a as the most important. Subfactors 3a and 3b are rated as equal importance. SUBMISSION REQUIREMENTS: Firms having capabilities to perform this work and desire to be considered must submit a completed SF254 and SF255 (11/92 edition) and appropriate data as described in Note 24. Only SF254 and 255's received in this office within 30 calendar days from the date of notice will be considered. If the 30th calendar day falls on a weekend or a holiday, the last day for receipt will be COB the following business day. If sending your submittal by overnight express mail, please use the street address, 4820 University Square, Huntsville, Alabama 35816-1822. The 11/92 version of the SF254 and 255 is required. Solicitation packages are not provided. This is not a Request for Proposal. (0038)

Loren Data Corp. http://www.ld.com (SYN# 0036 19950208\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page