|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1995 PSA#1293U.S. Army Corps of Engineers, Transatlantic Division, P.O. Box 2250,
Winchester, VA 22604-1450 B -- SURVEYING AND MAPPING SERVICES SOL DACA78-95-R-0012 POC Point of
Contact, Mr. John R. Krueger (703) 665-3936 Surveying and Mapping
Services for Various Locations within the Transatlantic Division Area
of Responsibility (AOR) Solicitation DACA78-95-R-0012. Point of Contact
Mr. John R. Krueger, (703) 665-3936. Transatlantic Division will
negotiate and award an Indefinite Delivery Order contract in
anticipation of receiving work requiring surveying and mapping
services. The projected contract award date is Oct 1995 for an initial
1-year period with provisions for the contract to be extended at the
Government's option for 1 additional year increment through Oct 97. The
annual contract ceiling will be limited to $750,0000 with a $200,000
limit per delivery order. The selected firm(s) will be required to
provide equipment and personnel necessary to perform completed
surveyings and mapping services required for the design and
construction of facilities at various locations within the
Transatlantic Division AOR. Surveys may be one or more of the following
types: topographic, hydrographic, or geologic, for establishing
horizontal and vertical control, and for route and construction layout.
Mapping services include aerial photography, analytical triangulation,
stereo compilation, orthophotography, digital mapping and drafting.
The surveying and mapping services will be utilized for follow-on
design of airfields, roads, utilities, offshore works, and various
other facilities. Interested firms must have current experience in
Profile Codes 002 (Aerial Photogrammetry) and 102 (Surveying, Platting,
Mapping, and Flood Plain Studies). Interested firms shall include a
listing of the type and availability of equipment in Section 10 of the
SF 255. Significant evaluation factors are: (1) staff size and
capability of meeting accelerated schedules, (2) professional staff
with technical expertise and recent experience in similar services, (3)
surveying and mapping equipment available, (4) proposed quality control
plan for the services (present in Section 10 of SF 255), (5) previous
experience in overseas work (preferably in the Mid East), and (6)
volume of work previously awarded to the firm(s) by the Department of
Defense over the past 12 months (show total dollar value in Section 10
of SF 255). Firms desiring consideration shall submit SF 254 and SF
255 postmarked within 30 (thirty) calendar days after the date of this
announcement. Interested firms shall indicate, in Block 3 of SF 255,
if your business is large or small. A small business is one whose
average annual receipts and those of its affiliates for the preceding
3 (three) fiscal years does not exceed $2,500,000. Small Business
and/or Small Disadvantaged Business firms are encouraged to respond to
this announcement. Inquiries regarding status of selection during the
next 90 (ninety) days are discouraged. This is not a request for
proposal. NOTE: Evaluation factors listed above will be used for this
selection. Evaluation factors listed in CBD Note 24 do not apply.
(0058) Loren Data Corp. http://www.ld.com (SYN# 0024 19950228\B-0003.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|