Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1995 PSA#1300

JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX 4970, JACKSONVILLE, FL 32232-0019

C -- A-E SERVICES FOR IDT CONTRACTS (2) FOR HYDROGRAPHIC, TOPOGRAPHIC, GEODETIC BOUNDARY AND CONSTRUCTION SURVEYS WITHIN COMMONWEALTH OF PUERTO RICO AND U.S. VIRGIN ISLANDS, AND THEIR COASTAL WATERS SOL DACW17-95-R-0017 DUE 010199 POC LEROY NOERPER, (904) 232-2031 This solicitation is unrestricted and is open to all firms regardless of size. Up to two contracts will be awarded from responses to this solicitation. The contract will be an Indefinite Quantity Contract for a period of one year from date of award with an option to extend for an additional year. Work will be assigned by negotiated delivery orders. Maximum order limits are $750,000 for each contract year and $150,000 per delivery order. The work will consist of detailed hydrographic surveys, beach erosion surveys, tidal surveys, and other related surveys. The Contractor shall be capable of performing automated hydrographic surveys using microprocessor guidance control devices; topographic surveys for engineering design site plans, property/boundary surveys, record or as-build construction surveys, and geodetic control, as performed for planning, design, construction operation, and/or maintenance of various engineering projects. The Contractor shall furnish all equipment, land/floating plant, instrumentation, supplies, and personnel to accomplish required services and provide the Government with completed maps, tracings, plats, computations, reports, tapes, disks, etc. to document work performed. Two survey crews shall be required to support the contract. Additional crews may be required by the Chief of Survey Branch. Factors for evaluation in order of priority, are: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The firm must clearly demonstrate experience and expertise in large scale mapping and related drafting for detailed design and construction of major engineering projects, construction layout and alignment surveys, and boundary, property, mean high water (tidal) demarcation and ordinary high water surveys; surveys of surface/subsurface detail on beaches, levees, canals, breakwaters, groins, embankments, and other similar structures, and horizontal and vertical geodetic control surveys; performing hydrographic surveys for large scale river and harbor construction and maintenance. The firm shall have the capacity to provide digital surveying and mapping data that are readable and fully operational on a Intergraph computer-aided design and drafting systems; furnish all drawings in Intergraph Microstation (PC or 32) Version 4.0 or higher, AT&T System V Unix, CLIX R3.1 Vr. 6.3.2 format on 3-1/2'', CD-ROM or 2.3 gigabyte 8mm cartridge. 2. SIZE AND EXPERTISE OF STAFF: The firm must have direct full time availability of necessary equipment to accomplish required work, including but not limited to Theodolite, transits, levels, plane tables, electronic distance measurement instruments, electronic total station devices, computational and plotting equipment, hydrographic survey boat, Fathometers, offshore EDM positioning device, etc. The firm must have an adequate number of qualified surveying and computing personnel including surveyor registered in the Commonwealth of Puerto Rico, field party chiefs, instrumentmen, rodmen, draftsmen and computer persons. 3. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Puerto Rico firms or United States firms with Puerto Rico Branch Offices, requiring minimum mobilization/demobilization costs will be considered. The firms must have the capacity to proceed with work and accomplish it in accordance with established schedules once the notice to proceed is given. Mobilization/demobilization costs from the United States to Puerto Rico will not be paid. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: (1) PAST PERFORMANCE: Past performance on Federal contracts with private industry regarding cost control, quality of work, and compliance with performance schedules will be reviewed. DOD experience data available to the Government through the Architect Engineer Contract Administration System (ACASS) will be utilized to evaluating prior performance on federal contracts. (2) VOLUME OF PAST DOD CONTRACTS AWARDED TO FIRM: Work previously awarded in the past 24 months to the firm by the DOD will be reviewed with the objective of effecting equitable distribution of contracts among qualified A-E Firms including small and small-disadvantaged business concerns and firms that have not previous DOD contract. SUBMISSION REQUIREMENTS: Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF254 and SF255 for the firm or joint-venture and a SF 254 for each subcontractor. In block 4 of SF 255 list only the personnel for the office to perform the work indicated in block 3B. Additional personnel strengths, including consultants, should be indicated parenthetically and their source clearly identified. In block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 per evaluation factors 1-4 is strongly recommended. Submittal package is to be received in this office no later than 4:00 p.m. Eastern Time on the 30th calendar day after the date of appearance of this announcement in the Commerce Business Daily (CBD). Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Small and Small Disadvantaged firms are encouraged to participate as Prime Contractors or as members of Joint-Ventures with other Small Businesses and all interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with the provisions of Public Law 95-507. If a Large Business firm is selected, a Small Business subcontracting plan will be required prior to award. Response to this ad should be in writing only; telephone calls and personal visits are discouraged. This is not a request for a proposal. (0067)

Loren Data Corp. http://www.ld.com (SYN# 0021 19950309\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page