Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1996 PSA#1514

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

C -- IDT CONTRACT FOR HYDROGRAPHIC, TOPOGRAPHIC AND BOUNDARY SURVEYS AND RELATED DIGITAL PRODUCTS FOR THE OMAHA DISTRICT SOL DACW45-96-R-0022 POC For Further Information, Contact Brian Hunter at: (402) 221-4668. CONTRACT INFORMATION: An Indefinite Delivery Type contract will be awarded for a period of one year and may include an option for one additional one year extension. Each Delivery Order issued under this contract will not exceed $150,000 with cumulative amount of contract not to exceed $1,500,000 ($750,000 per year). Delivery Orders will be issued from time to time as the need arises during the contract period. Types of services required will include hydrographic, topographic and boundary surveys, and related digital products. Completion date is one year after award with an anticipated award date of August 1996. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 28% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and 8% be placed with SDB. PROJECT INFORMATION: Delivery orders under this contract may include but not be limited to hydrographic, topographic, boundary surveying and related digital products. All hydrographic work will be in the Missouri River system above Rulo, NE. Topographic and boundary work may be anywhere in the U.S., but will be primarily within the Omaha District. Hydrographic work will require computer driven depth and position system with on-board plotting capability and boats ranging from 30 feet long to an airboat to a small outboard. Topographic mapping may be done with total stations, GPS or by photogrammetry. Digital mapping and files will be required and must be compatible with Intergraph CADD. Boundary surveys must meet state codes and be signed and recorded by a surveyor licensed in that state. Use of the metric system of measurement may be required for some deliverables under the proposed contract, however, metric system experience by submitting firms is not required for selection. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Hydrographic, topographic and boundary surveying and mapping as described above. (2) Digital mapping cababilities. (3) Producing Intergraph Microstation 32 (version 5.0 or later) based Computer Aided Drafting and Design (CADD) drawings fully compatible with Unix and Windows NT platforms. (4) Producing quality products as evidenced by the firm's quality control procedures. (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: civil engineer, GPS/GIS scientist, GPS/GIS technician, survey party chief, land surveyor, instrument operator, rod operator, boat operator and hydro-equipment operator. (c) Capacity to complete the work in the required time, including the ability to complete more than one delivery order at the same time. (d) Past performance as described in Note 24. (e) Location in the general geographic area of the Missouri River basin above Rulo, NE. (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 estimated effort. (g) Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Management Plan that includes an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the interrelationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. (c) A list of surveying and mapping and CADD equipment including boats for hydrographic surveying. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District office will not be scheduled. Administrative and procedural questions shall be directed to John M. Miller at (402) 221-4176. See Numbered Note(s): 24. (0018)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960119\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page