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