Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1996 PSA#1538

US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160

C -- PHOTOMAPPING AND RELATED SERVICES WITHIN THE NEW ORLEANS DISTRICT SOL DACW29-96-R-0013 POC Contract Specialist, Deborah A. Drury at (504) 862-1665 Contracting Officer, Martha P. Sloan at (504) 862-1161 1. CONTRACT INFORMATION: A-E services are required for two Photomapping and Related Services Contracts within the Limits of the New Orleans District. Two separate contractors will each be awarded one contract. Each contract will be a one-year indefinite quantity contract NTE $750,000, base year, with an option year NTE $750,000. The first contract is scheduled for award o/a June 1996 and the second contract is scheduled for award o/a August 1996. 2. PROJECT INFORMATION: Field assignments shall include aerial photography and control surveys, generally of third order accuracy and a few assignments of second order accuracy. Surveys using a conventional and Global Positioning survey system will be required. The surveys shall be stamped and certified by a registered land surveyor as to order of field accuracy. Office assignments shall include preparation of orthophoto (traditional and digital) maps, scanning capable of a minimum 800 dpi true resolution and warping photos into rectified continuous tone digital files for NOD CADD system (prepare rectified COT files), computer generated mosaics, rectified photographic maps, mosaics, and photogrammetric compilation map manuscripts; digitizing; attaching attribute data to drawing elements; GIS Data attribution and preparation of load files for MGE/Oracle database tables; developing contours by photogrammetric methods (traditonal and digital) and placing contours on maps and manuscripts; furnishing contact and rectified and enlarged photograpic prints and photographic diapositives for use with stereoplotting equipment; selecting image points on photos, drilling pass points on diapositives; photo mensuration; preparing analytical aerotriangulation; preparing flight maps 1:62,500, placing map-type (stick-up) lettering and conventional mechnancial lettering, sheet borders, notes and titles on maps and mosaics, and computer aided drafting of tracings, reproducibles, maps, and manuscripts. The CADD/GIS system used must be directly compatible with the NOD Intergraph CADD/GIS system or translatable to the Intergraph microstation (version 5) and MGE system (version 5) with Oracle database (version 7). 3. MINIMUM PERSONNEL AND EQUIPMENT: To be considered for selection, a firm must demonstrate the capability to perform the services listed above and the capacity to provide the following minimum personnel and equipment: one registered land surveyor, one 4-person survey crew, one 4-person GPS survey crew, capability to provide the two crews with necessary equipment, one certified photogrammetrist, two computer technicians of which one will be fluent in GIS and one fluent in microstation programming, one mosaicist, one cartographic technician, two cartographic draftpersons, two general draftpersons, two stereoplotter operators, one phototechnician, one aircraft pilot (commercial with aerial photo experience - 250 hours), one aerial photographer (with 250 hours experience), one scriber, one aircraft capable of maintaining a minimum cruise speed necessary for taking photographs with a 6'' focal length camera for photo scales within the range of 1:40,000 to 1:60,000 or be equipped with a 3.5'' focal length camera to achieve those scales (in general, aerial photography will be taken using a 6'' focal length camera for photo scales flown lower than 1:40,000), one computer and plotter for processing survey data and capable of processing aerotriangulation for computations producing a position plot, two 6'' focal length aerial cameras of 9'' format and calibrated, one contact printer (minimum 9'' x 9''), one rectifying enlarger capable of 36'' x 36'' prints, one photogrammetric scanner, one document scanner, one pug, and one analytical stereoplotter. 4. SELECTION CRITERIA: The selection criteria are listed below in order of precedence (first by major criterion and then by each sub-criterion). Criteria 1-6 are primary. Criteria 7-9 are secondary and will only be used as ''tie-breakers'' among technically equal firms. (1). Specialized experience and technical competence of both firm and key personnel in the type of work required. This factor will also include knowledge of the locality. (2). Capacity of personnel and equipment available to accomplish the work in the required time. (3). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (4). Professional qualifications necessary for satisfactory performance of required services. (5). Safety plan and performance (manhours lost to accidents in the last 100,000 manhours of work by a firm). (6). Quality control plan. (7). Geographic proximity to New Orleans. (8). Extent of participation (measured as a percentage of total contract) by Small Business, Small Disadvataged Business, Historically Black Colleges and Universities, and Minority Institutions. (9). Volume of DOD Work. 5. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms which meet the requirements described in this announcement are invited to submit 4 copies of SF 254 and SF 255 (11/92 edition) for the prime and all subcontractors and consultants not later than 30 days after the date of this publication. Address the minimum personnel and equipment requirements and each of the Selection Criteria in Block 10 of the SF 255. For criteria (5) and (6), comprehensive outlines of safety and quality control plans will be satisfactory. Complete plans will be required after contract award. Safety performance data (manhours lost) must be submitted, including data for any subcontractors. If the 30th day is a Saturday or Sunday, or Federal Holiday, the due date is the close of business the next business day. For courier deliveries, the physical address is U.S. Army Engineer District, New Orleans, Foot of Prytania Street, New Orleans, LA 70118-1030. This is not a RFP. Refer to Solicitation No. DACW29-96-R-0013. (0053)

Loren Data Corp. http://www.ld.com (SYN# 0025 19960223\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page