Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1995 PSA#1340

Seattle District, Corps of Engineers, PO Box 3755, Seattle, WA 98124-2 255; Handcarry to 4735 East Marginal Way South, Seattle, WA 98134-2385

C -- SURVEY AND MAPPING SERVICES WASHINGTON AND OREGON SOL DACA67-95-R-0042 DUE 060895 POC Contact, Leslie Lovata, (206) 764-6865 Selection of one Architect-Engineering firm to provide surveying and mapping services for the Washington/Oregon area. Services shall include, but not limited to the performance of cadastral, boundary, topographic, hydrographic, control, construction, deformation and photogrammetric surveys for both civil and military projects. Photogrammetric surveys shall include but not be limited to aerial photography, analytical aerotriangulation, digital stereo compilation and orthophoto mapping. Services shall also include computer-aided mapping which is compatible with Seattle District's Intergraph System. These services are required for planning, design and construction of roads, utility systems, airfields, buildings, levees, channels, dams and other related studies, structures and facilities. Types of equipment to perform required services will include: an electronic total station capable of providing angles accurate to a tenth of a second, electronic distance meter capable of measuring up to three miles with an accuracy of 1mm + 1ppm, self leveling or bar code levels, fathometer providing digital output, global positioning system providing dual frequency data collection and capable of performing static, rapid static, kinematic, real time kinematic (RTK), and on the fly (OTF) surveys, and an aerial camera approved for large scale mapping by U.S. Geological Survey and analytical stereoplotters. Significant evaluation criteria in descending order of importance shall be as follows: (1) Specialized experience and technical competence of the firm in types of work required, including experience with Global Positioning Systems. (2) Professional qualifications of staff and consultants relative to the described services. Firm shall have at least one Registered land Surveyor who is registered in the states of Washington and Oregon and one Certified Photogrammetrist. (3) Capacity of the firm to provide or accomplish the work in the required time. As a minimum, firm must be able to provide two crews of three people each, consisting of a party chief, instrument person and rod person. (4) Firms ability and experience with computer aided mapping system. NOTE: The following criteria are considered secondary factors and will only be used at Final Evaluation as tie-breakers. (5) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (6) Location of the firm in the general geographic area of the work. (7) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black Colleges and Universities and minority Institutions in the proposed contract team, measure as a percentage of estimated effort. (8) Volume of work awarded in the past 12 months by DOD to the firm and consultants to be used on this contract. A-E will be required to use M-CACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board and automated review management system (ARMS) via modem. Proposed procurement will result in a one-year, fixed price indefinite delivery contract with option to extend for one additional year; delivery orders of NTE $150,000 each to be issued as requirements arise. Total cumulative contract amount shall not exceed $400,000 over two years. Start and completion dates are scheduled for 1 October 1995 and 30 September 1996 respectively. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254's. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This project is open to both large and small businesses. This is not a request for proposal. (0123)

Loren Data Corp. http://www.ld.com (SYN# 0018 19950504\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page