|
COMMERCE BUSINESS DAILY ISSUE OF JULY 7,1995 PSA#1383US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160 C -- AUTOMATED REVETMENT SURVEYS ON THE MISSISSIPPI, ATCHAFALAYA, AND
RED RIVERS SOL DACW29-95-R-0041 POC Glenda Perez, 504-862-2890
Automated Revetment Surveys on the Mississippi, Atchafalaya, and Red
Rivers 1. CONTRACT INFORMATION: The New Orleans District Corps of
Engineers wants to contract for A-E services to perform hydrographic
surveys on the Mississippi, Atchafalaya, and Red Rivers. A firm-fixed
price contract for a period of one year is scheduled for award in
November 1995. This work will be performed during the period of
November 1995 - June 1996. Estimated total cost of the proposed
services is between $500,000 - $800,000. This announcement is open to
all businesses regardless of size. 2. PROJECT INFORMATION: Hydrographic
surveys are required utilizing Differential Global Positioning Systems
(DGPS) and automated sounding systems to perform revetment and
preconstruction surveys at selected locations on the Mississippi,
Atchafalaya, and Red Rivers. Construction revetment surveys shall
consist of approximately 350 ranges over 7.0 miles of river bank at 2
proposed sites on the Atchafalaya River and 5 proposed sites on the
Mississippi River. Existing revetment surveys shall consist of
approximately 16,000 ranges over 300 miles of river bank at 85 proposed
sites on the Mississippi River and approximately 2,800 ranges at 33
proposed sties on the Atchafalaya River and at 3 proposed sites on the
Red River. Soundings will be provided at approximately 20 foot
intervals on each range. A Differential Global Positioning system
(DGPS) will be used in making hydrographic surveys. Firms must indicate
a capability of using both multi-beam bathymetric and single transducer
technology to obtain hydrographic surveys . Overbank surveys will be
made at all preconstruction sites and major bank failures as described
in the contract. All survey data for each range, no matter how the
data are obtained shall be edited, combined, and furnished on computer
floppy disk, in the format specified in the contract. CADD and/or
chart requirements shall be furnished in the format specified in the
contract. 3. SELECTION CRITERIA: See Note 24 for general selection
process. Selection evaluation factors in descending order of precedence
are: (1) Specialized experience and technical competence in the type of
work required; (2) Capacity to accomplish the work in the required time
(also relative to capacity, the A-E shall list the availability of the
following minimum personnel and equipment: one registered land
surveyor, one 4-person shore control survey party, three 2-person
hydrographic surveying systems utilizing DGPS and automated sounding
equipment; (3) Past performance on contracts with Government agencies
and private industry in terms of cost control, quality of work, and
compliance with performance schedules, and a quality control plan
appropriate for the scope of work; (4) Professional qualifications
necessary for satisfactory performance of required services; (5) Safety
plan and performance (man-hours lost in last 100,000 worked); (6)
Geographic proximity of firm; (7) Volume of DOD contract awards in the
last 12 months as described in Note 24; (8) Extent of participation of
SB, SDB, historically black colleges and universities, and minority
institutions on the proposed contract team, measured as a percentage of
the estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Interest firms having the capabilities
to perform this work must submit 5 copies of SF 255, SF 254 and any
other pertinent information. The eight evaluation factors listed above
must be addressed in block 10 of the SF 255 for the prime contractor
as well as all subcontractors and consultants to the address below not
late than the close of business on the 30th day after the date of
publication of this announcement. If the 30th day is a Saturday,
Sunday, or Federal Holiday the deadline is the close of business of the
next business day. Overnight or courier type mail should be sent to the
following address: U.S. Army Corps of Engineers, New Orleans District,
CELMN-CT-T, Attn: Glenda Perez, Foot of Prytania Street, New Orleans,
LA 70118-1030. Solicitation packages are not provided. This is not a
request for proposal. Refer to Announcement No. DACW29-95-R- 0041.
(0186) Loren Data Corp. http://www.ld.com (SYN# 0012 19950706\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|