Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1995 PSA#1350

LITTLE ROCK DISTRICT, CORPS OF ENGINEERS, P O BOX 867/700 W CAPITOL AVE, LITTLE ROCK AR 72203-0867

T -- INDEFINITE DELIVERY CONTRACT FOR PROFESSIONAL FIELD SURVEYING SERVICES FOR VARIOUS CIVIL & MILITARY PROJECTS IN ARKANSAS AND MISSOURI SOL DACW03-95-R-0015 DUE 052395 POC FOR TECHNICAL QUESTIONS SHARON BOWERS (501)324-5668 (Site Code DACA03) Two Indefinite Delivery A-E Contracts for Field Surveying Services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required in support of various Civil Works and Military Construction Projects In or Assigned to the Little Rock District, Corps of Engineers. Two indefinite delivery contracts will be negotiated and awarded, each with a base period of one year from the date of award and shall not exceed $250,000, with individual delivery orders NTE $150,000. The contract may contain a one-year renewal option clause, with the option year not to exceed $250,000, with individual delivery orders NTE $150,000. The minimum quaranteed amount for the base year is $5,000. Projects outside the primary area of responsibility may be added at the Government's discretion upon agreement of the selected firm. Ordinarily, delivery orders will be placed with the contract (the primary contract) corresponding to the location of work. However, a delivery order may be placed with the other contract if the primary contractor does not have the capacity to complete the order in the required time period, the primary contractor has performed unsatisfactorily on previous orders under the subject contract, and/or significantly less work has been placed under the other contract. 2. PROJECT INFORMATION: Work will include Topographic, Cadastral, Geodetic/Control, Construction Layout, Hydrographic, and Engineering surveys. Final products must be submitted in either hard copy E-size drawings or in Intergraph Design Files (DGN), or both, as called for in the orders. 3. SELECTION CRITERIA: See Note 24 for the general A-E selection process. The selection criteria are listed below in decending order of importance (first by major criterion and then by each subcriterion). Criteria a-e are primary. Criteria f-g are secondary used only as ''tie-breakers'' among technically equal firms. a. Professional standards: (1) Must have Registered Professional Land Surveyors in Arkansas and Missouri. Must have survey technicians with the experience to perform all types of required surveys. Must have CAD technicians capable of timely production of DGN and digital terrain files to COE standards. b. Specialized experience and technical competence: (1) Expertise in topographic, cadasteral, and engineering surveys. This will include, but is not limited to, site surveys utility location, U.S. Public-Land Surveys in Arkansas and Missouri, route surveys, flood plain studies, cross-sections with volume computation, and differential leveling. (2) Expertize in control, hydrographic and construction layout surveys. This will include, but is not limited to, large and small area control networks; photogrammetric mapping control; small boat hydrographic surveys (14-18 foot boat with shallow water capability) on rivers, streams and lakes; and building, road, utility, channel, or other construction layout. (3) Must have the capability of producing CADD files in Intergraph compatible design and digital terrain model files that require no translation or other manipulation by District personnel prior to use. (4) Must have experience in computing end area volumes on large projects and have computer software capable of same. c. Capacity: Firms will show the capacity to field a minimum of 2 fully equipped and qualified four-man survey crews with the ability to accomplish the above listed surveys. The firms will have minimum of the following: two approved total stations with electronic field books, two automatic levels, a fully equipped 16-foot (minimum length) boat, a 9-12 foot boat, a 4-wheel (minimum) ATV, all accessory survey equipment necessary to perform the surveys, expendable supplies, vehicles (including one 4 wheel drive), and a plotter capable of 30'' X 40'' ink plots on paper or mylar. CADD files will be submitted in 5.25'' or a 3.5'' floppy disk formatted in MS-DOS. Firms must demonstrate sufficient personnel and equipment to perform the required work in a timely manner. d. Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Location: Specific knowledge of, and experience with, Arkansas and Missouri state and local boundary laws and regulations will be given additional consideration. f. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit a SF 255 (11/92 edition), and a SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is the close of business of the business next day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-326-3459. Please specify the address of the office in which the key person is assigned in Block 7c. Each firm must note in Block 10 of the SF 255 the dollar amount (note ''none'', if applicable) of all DoD (Army, Navy, and Air Force) contracts awarded to the firm and all affiliates during the last 12 months (do not include consultants). In SF 255, Block 10 describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. A Quality Control Plan appropriate for the scope of work must be outlined in the submitted SF 255. No other general notification of firms under consideration for this contract will be made, and no further action is required. Personal visits for the purpose of discussing the contract are discouraged. This is not an RFP. This acquisition is being conducted under a specific agency delegation of GSA's exclusive procurement authority for FIP resources. The specific GSA DPA case number is DC4-93-AR01-SWL.(0137)

Loren Data Corp. http://www.ld.com (SYN# 0120 19950518\T-0001.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page