|
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 -- AERIAL PHOTOGRAPHY AND MAPPING AND TOPOGRAPHIC SURVEYING AND
MAPPING SERVICES FOR SAVANNAH DISTRICT POC Wade Seyle at 912/652-5508.
1. CONTRACT INFORMATION: Primary services under this contract will be
aerial photography and mapping with topographic surveying and mapping
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 aerial photography and stereo mapping and topographic
surveying and mapping to support engineering studies and designs; as
well as boundary line surveys for real estate acquisitions. 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. Hydrographic surveying and mapping **** 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 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 particualr 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 01 June 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 metrics. 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# 0113 19950427\T-0006.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|