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