|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1995 PSA#1335U. S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, P.O. Box 889
(31402-0889) or 100 W. Oglethorpe (31401-3640), Savannah, Georgia T -- TOPOGRAPHIC SURVEYING AND MAPPING AND AERIAL PHOTOGRAPHY SERVICES
FOR SAVANNAH DISTRICT POC Wade Seyle at 912/652-5508. 1. CONTRACT
INFORMATION: Primary services under this contract will be topographic
surveying and mapping with aerial photography being a secondary
service. These services are procured in accordance with PL 92-582
(Brooks A-E Act) and FAR Part 36, are required for various civil and
military works projects within the Savannah District boundaries. One
indefinite delivery contract will be negotiated and awarded, with a
base period of one year and an option period of one year. Individual,
fixed-price delivery orders will not exceed $150,000.00 and the annual
ceiling for the base year and the option year of each contract is
$750,000.00. The contract is anticipated to be awarded in October 1995.
This announcement is open to all firms regardless of size. Large
business offerors that require subcontractors must identify
subcontracting opportunities with small business, women owned small
business and small disadvantaged businesses on SF 255. If selected the
large business offeror will be required to submit a small/small
disadvantaged & women owned subcontracting plan in accordance with FAR
52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal
Package. The following subcontracting goals are the minimum acceptable
goals to be included in the subcontracting plan. OF THE SUBCONTRACTED
WORK, 60% To SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A
COMPOSITE Of SMALL BUSINESS), 4% TO WOMEN OWNED BUSINESS (A COMPOSITE
Of SMALL BUSINESS). Large business firms that intend to do any
subcontracting must convey their intent to meet the minimum
subcontracting goals on the SF 255, Block 6. Written justification must
be provided if the minimum goals cannot be provided. For additional
information concerning SUBCONTRACTING PLAN requirements please contact
Ms. Julie Oliver at 912/652-5899. The wages and benefits of service
employees (see FAR 22.10) performing under these contracts must be at
least equal to those determined by the Department of Labor under the
Service Contract Act. **** 2. PROJECT INFORMATION: Work includes
topographic surveying and mapping and aerial photography to support
engineering studies and designs as well as boundary surveys for real
estate acquistion. Work will require differential Global Positioning
System (GPS) and conventional survey techniques. Aerial photography
will include stereo interpretation and plotting. Maps must be prepared
in metric and English units. Maps must be submitted in hard copy
report format, hard copy F-size drawings, and Intergraph Design File
(DGN), version 4.0 or later format. **** 3. SELECTION CRITERIA: See
Note 24 for general A-E selection process. The selection criteria are
listed below in descending order of importance (first by major
criterion and then by each sub-criterion). Criteria a-e are primary.
Criteria f-g are secondary and will only be used as ''tie-breakers''
among technically equal firms. **** a. Specialized experience in the
type of work described in Project Information. **** b. Past performance
on DoD and other contracts with respect to cost control, quality of
work, and compliance with performance schedules. **** c. Capacity to
accomplish numerous simulataneous delivery orders and provide at least
one each project manager, registered land surveyor (RLS), engineering
technician, cartographic aid, photo lab technician, stereo plotter
operator, aircraft with pilot/camera operator and at least two
topographic survey crews and CADD operators. **** d. Professional
qualifications of key management personnel who are registered land
surveyors in GA, SC & NC and of particular importance the experience
survey crew and aerial photography personnel. The evaluation will
consider education, training, registration, overall and relevant
experience and longevity with the firm. **** e. Knowledge of USGS
coordinate systems in GA, SC and NC. **** f. Extent of participation of
SB, SDB, WOB, historically black colleges and university and minority
institutions in the proposed contract team, measured as percentage of
the estimated effort. **** g. Location of the firm in the general
geographic area of the project. **** h. Volume of DoD contract awards
in the last 12 months as described in Note 24. **** 4. SUBMITTAL
REQUIREMENTS: See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must
submit ONE copy of SF 255 (11/92 edition), and ONE copy of SF 254
(11/92 edition) for the prime firm and all consultants, to the above
address by 31 May 1995 to be considered for this selection. ** Include
the firm's ACASS number in SF 255, Block 3b. For ACASS information,
call 503/326-3459. ** DEPTH OF PRIME and SUBCONTTACTOR personnel in
EACH DISCIPLINE must be shown in Block 4 of SF 255 and SF 254 to
CLEARLY identify the NUMBER of PERSONNEL in each firm and DISCIPLINE.
** In SF 255, Block 10, describe owned or leased equipment that will be
used to perform this contract, as well as CADD capabilities and
experience in use of metric. In addition, Block 10 must include a
technical narrative of the standard surveying practices and procedures
used for performing topographic surveys to include the methods used to
plan and layout a typical survey, record the field data, procedure for
ensuring full coverage of the area being surveyed and methods of
editing and plotting the data. ** COVER LETTERS and EXTRANEOUS material
are NOT DESIRED and WILL NOT be CONSIDERED. ** PHONE calls are
DISCOURAGED unless ABSOLUTELY necessary. ** PERSONAL visits for the
PURPOSE of DISCUSSING this ANNOUNCEMENT WILL NOT be SCHEDULED. ** THIS
IS NOT A REQUEST FOR A Proposal. (0116) Loren Data Corp. http://www.ld.com (SYN# 0108 19950427\T-0001.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|