Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1995 PSA#1484

U.S. Army Engineer District, Charleston, Corps of Engineers, P.O. Box 919, Charleston, SC 29402-0919

C -- INDEFINITE DELIVERY TYPE CONTRACT FOR SURVEYING AND PHOTOGRAMMETRIC MAPPING SERVICES WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE CHARLESTON DISTRICT (STATE OF SOUTH CAROLINA) Sol DACW60-96-R-0001. Contact Don Kight, 803/727-4249/ Contracting Officer, 803/727-4249. The work to be performed will consist of supplying all plant, equipment, supplies and responsible for all ground control necessary to produce aerial photography and/or photogrammetric maps of various locations within the boundaries or assignments for the Charleston District. Expected uses of this contract would be to secure up-to-date topographic maps for use in various projects some of which are on a yearly basis and others that are flown once only. The contractor will be responsible for all ground control, aerial photography, map compilation, drafting and photographic reproduction which is required for production of the mapping and photography. The firm must have the ability to perform the work for the Government in addition to its own existing workload without sacrificing quality or timeliness to the Government. All design work must be developed using the metric system of measurement. Firms must address on their SF 255: The ability to perform basic aerial surveys to include, but not limited to: Horizontal and vertical control for photogrammetric, cadastral, topographic, hydrographic, geodetic, route and construction layout. Photogrammetric services include aerial photography, analytical aerotriangulation, stereo compilation, orthophotography and scribe drafting. Modern electronic photogrammetric equipment shall be available for the surveys to be performed. Typical information that will be required as a minimum, includes the name, model and year of production and the manufcturer's stated positioning accuracy and capability of the equipment proposed for usage. An indefinite delivery type contract for services based on firm-fixed unit prices is contamplated. The contract will contain one option year which will extend the contract for one additional year if exercised. Total cumulative amount of the contract will be NTE $250,000 for the base year and NTE $250,000 for option year, with work and services performed on individual delivery orders with no one delivery order exceeding $150,000. Each contract shall require the Government to order services priced at not less than: Two percent of the stated maximum or ($5000.00) in the base year, and one percent or ($2500.00) in the option year. All work subject to the availability of funds. The estimated commencement date is August 1996 for the base year or $250,000, whichever comes first at the predetermined rates. Significant evaluation factors in their relative order of importance are: (1) Professional capabilities as outlined above; (2) specialized experience and technical competence as outlined above; (3) past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules; (4) capacity to accomplish the work in the required time; (5) Geographic location and knowledge of locality of projects; (6) Volume of work previously awarded to firm by DOD. (7) Extent of participation of small business, small disadvantaged business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Ranking of firms will include determination of contractors capacity to respond quickly to unscheduled work. This will include an analysis of in-house capability versus the need to subcontract portions of the work. Firms desiring consideration shall address requested data and submit as described in Note 24 to be received in the office shown above within 30 days of this announcement. SF 255 in single copy is required. Firms having a current (less than 12 months) SF 254 on file with the North Pacific Division, Corps of Engineers, Portland, Oregon, need to submit a SF 254 with their SF 255. All Department of Defense contracts awarded to the firm and all affiliates (except consultants) during the last twelve months, the total dollar value of each award, and point of contact must be listed in Block 10 of the SF 255. Failure to include the aforementioned data will reflect negatively upon the firm during the evaluation process. This is not a request for proposal. Cover letters and unnecessarily elaborate brochures, or other presentations beyond those sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. The SIC Code is 8713, Small Business Size Standard is $2.5 million. Firms should indicate in block 3 of the SF 255 their business size and ACASS number. See Note 24. (338)

Loren Data Corp. http://www.ld.com (SYN# 0013 19951205\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page