|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1995 PSA#1434U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P. O. BOX
2288,, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE
ALABAMA 36602 T -- IND DEL CONTRACT FOR HYDRO, SURVEY, & MAPP SERV TO SUPP THE MOB
DIST CIV WKS PROG, OPER DIV, TUSCALOOSA SITE OFFICE SOL
AECW**-95**-0013 POC Contact Mr. Jack Pruett, 334/441-5755; Contracting
Officer, Toni S. Carney (Site Code W31XNJ) 1. CONTRACT INFORMATION:
(Refer to RFP: DACW01-95-R-0131) This offer is in accordance with PL
92-582 (Brooks A-E Act) and FAR Part 36. A-E services are required for
an Indefinite Delivery Contract for Hydrographic, Surveying, and
Mapping Services to Support the Mobile Districts Civil Works Program,
Operations Division, Tuscaloosa Site Office. This announcement is open
to all businesses regardless of size. The contract will be awarded for
a one year period with an option to extend the contract for one
additional year. Work under the contracts to be subject to satisfactory
negotiation of individual delivery orders not to exceed $150,000 each,
with a total not to exceed $250,000 during each 12-month period. 2.
PROJECT INFORMATION: The contract will primarily be used to: (A)
perform hydrographic surveys of rivers within the Tuscaloosa Site
Office boundaries (all soundings will be compensated via Heave
Compensation Devices as per the U.S. Army, Corps of Engineers
Hydrographic Survey Manual EM 110-Z-1003 dated 28 February 1991); (B)
perform Topographic surveys within the Tuscaloosa Site Office project
area; (C) perform Global Positioning System Surveys for high order
control; (D) perform traverse and triangulation of second or third
order accuracy, levels for vertical control of second or third order
accuracy, route locations, roads, levees, dikes, quantity surveys for
preconstruction and/or final cross-sections, and computations of
quantities using TIN (Triangulated Irregular Network). The work will be
in Alabama and Mississippi or other locations within the Mobile
District civil boundaries when such work is assigned to the Tuscaloosa
Site Office. 3. SELECTION CRITERIA: See Note 24 for general 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-H are secondary
and will only be used as ''tie-breakers'' among technically equal
firms. A. Professional Qualifictions: The selected firm must have,
either in-house or through consultants, the following: (1) Registered
Land Surveyor or Certified Hydrographic Surveyor in Alabama and
Mississippi; (2) Project Manager; (3) Hydrographic Party Chief; (4)
Hydrographic Instrument Person; (5) Land Party Chief; (6) Land
Instrument Person; (7) CADD Operator. Resumes (Block 7 of the SF 255)
must be provided for these disciplines, including consultants. B.
Specialized experience and technical competence in: (1) Automated
hydrographic surveying using single transducer and/or multi-beam swath
and/or sweep systems with range/range or GPS positioning systems; (2)
plane table topographic surveys; (3) vertical control; (4) horizontal
control; (5) quantity surveys; (6) construction layout for dredging
and disposal areas; (7) Quality Management Plan: Describe in Block 10
of the SF 255 the firms' quality management plan, including the team's
organizational chart, quality assurance, cost control, and
coordination of the inhouse work with consultants; (6) provide the data
in digital format compatible to AutoCad Release 12. C. Capacity to
Accomplish the Work: The ability, equipment, and expertise to field up
to three (3) four person hydrographic survey parties during the Spring
with a sustained effort of two (2) hydrographic parties; D. Past
Performance: Past performance on DoD and other contracts with respect
to cost control, quality of work, and compliance with performance
schedules; E. Knowledge of the Locality; Knowledge of the Alabama and
Black Warrior-Tombigbee River Systems. F. Geographic Location:
Geographic location with respect to Tuscaloosa, AL. G. Small Business
and Small Disadvantaged Business Participation: Extent of participation
of small businesses, small disadvantaged businesses, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort;
H. Equitable Distribution of DoD contracts: Volume of DoD contract
awards in the last 12 months as described in Note 24. 4. SUBMISSION
REQUIREMENTS: See Note 24 for general submissions requirements. Firms
must submit a copy of their SF 254 and SF 255, and a copy of each
consultant's SF 254. The 11/92 edition of the forms must be used, and
may be obtained from the Government Printing Office. These must be
received in the Mobile District Office (CESAM-EN-MN) not later than
close f business on the 30th day after the date of publication of this
solicitation in the Commerce Business Daily. Along with the SF 255 and
SF 254, a Summary of Capability Worksheet, version 94.1 or higher, must
be requested and submitted with the proposal. All previous Summary of
Capability Worksheet are obsolete. A worksheet in ASCII format (must
send a 3 inch unformatted floppy disk) should be requested by sending
a self addressed envelope for a hard copy or a Floppy Disk Mailer for
a digital copy to: Mobile District Corps of Engineers; ATTN:
CESAM-EN-MS; P.O. Box 2288; Mobile, AL 36628-0001. If the 30th day is
a Saturday, Sunday, or Federal holiday, the deadline is the close of
business on the next business day. Include ACASS number in Block 3b of
the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number.
Solicitation packages are not provided. This is not a request for
proposal. As required by acquisition regulations, interviews for the
purpose of discussing prospective contractors' qualifications for the
contract will be conducted only for those firms considered highly
qualified(0258) Loren Data Corp. http://www.ld.com (SYN# 0076 19950918\T-0004.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|