Loren Data Corp.

'

 
 

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

USAED Pgh,Rm.727, Wm.S.MoorheadFed.Bldg.1000 Liberty Ave.,Pittsburgh, PA 15222-4186

T -- INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR MAPPING, SURVEYING, GEOGRAPHIC INFORMATION SYSTEMS (GIS) AND RELATED ENGINEERING AND GEOSPATIAL DATA SERVICES SOL DACW59-96-R-0009 POC Janet E. Laukaitis, Contract Specialist (412) 644-4157 Michele R. Hutfles, Contracting Officer (412) 644-6928. POC Janet E. Laukaitis, Contract Specialist (412) 644-4157 or Kevin Logan, (412) 644-6826. 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Pittsburgh District will require an Indefinite Delivery, Firm Fixed Price, Architect-Engineer (A-E) Contract for Mapping, Surveying, Geographic Information Systems (GIS) and Related Engineering and Geospatial Data Services. The location of the services may be required within the boundaries or assignments of the Pittsburgh District Office in conjunction with various Civil Works and/or Military Projects (may be outside District Boundaries) assigned to the Pittsburgh District Office in Pittsburgh, PA. All reimbursable travel expenses will be based on the distance and travel time from the Pittsburgh District Office in Pittsburgh, PA to the project site. The resultant contract will be for a One Year Base, with the Government's option to renew contract services for an additional one year optional period. The cost ceiling for each period (base and options) is not to exceed $750,000.00 per annum, with the work being assigned based on the issuance of delivery orders. Delivery order ceilings will not exceed $150,000.00 per order. Pursuant to the Small Business Competitiveness Demonstration Program established by PL 100-656, ''Business Opportunity Development Reform Act of 1988'', this procurement will be unrestricted and any resulting award will be made pursuant to the above program. FAR 52.219-9 regarding the requirement for a subcontracting plan must be complied with relative to this requirement. The subcontracting goals for this contract are that a minimum of 20 % of the contractor's intended subcontracted amount be placed with small businesses (SB), including small disadvantaged (SDB), 5% be placed with Small Disadvantaged Businesses (SDB). The Subcontracting Plan is not required with this submittal. 2. PROJECT INFORMATION: The A-E Contractor will be required to provide the appropriate personnel, materials and equipment necessary to acquire aerial photography and perform topographic, hydographic, and photogrammetric mapping; digital orthophotography image file and map production; GIS graphical and non-graphical or spatial database generation and queries including resulting map production; surveying to include, but not limited to, boundary, topographic, hydrographic, geodetic, precise deformation/movement, general construction and engineering type surveys as well as computations and preparation of final products normally associated therewith; and drawing/map conversion (raster scanning and vectorization). Work shall be accomplished in full compliance with established agency manuals, health and safety requirements and other policies as necessitated by project conditions or job requirements. Work to be accomplished may be required to be performed using the metric system of measurement. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance (first by major criterion and then by each sub-criterion): Criteria A thru E are primary. Criteria F thru H are secondary and will only be used as ''tie breakers'' among technically equal firms. A. Professional qualifications: (1) education, training and experience of key management and technical personnel necessary for satisfactory performance of the required services as listed in Section 2. PROJECT INFORMATION. (2) Firms must staff a Licensed Land Surveyor or Engineer, Certified Photogrammetrist and Certified Hydrographic Surveyor having the professional qualifications and specialized experience to perform and or oversee the necessary surveying and mapping work and ensure work is accomplished as required by all federal, state and local laws. B. Specialized experience and technical competence, in (1) the acquisition of aerial photography and the production of final mapping products using state-of-the-art photogrammetric procedures and equipment. Photogrammetric facilities must be capable of producing final mapping that conforms to United States National Map Accuracy Standards and the American Society for Photogrammetry and Remote Sensing (ASPRS) Accuracy Standards for Large-Scale Maps; (2) digital and conventional mapping with the ability to produce and deliver digital data and final products fully compatible with Intergraph Microstation Version 5.0 and the latest versions of Intergraph's Civil Engineering, Surveying and Mapping software packages; (3) all types of land surveying to include, but not limited to, boundary, topographic, geodetic, precise deformation/movement, construction, and engineering type surveys using state-of-the-art technology such as global positioning systems (GPS) and total stations; (4) Hydrographic surveys on rivers, reservoirs and other waterways including areas around locks, dams and other structures. Experience shall fully exemplify the use and expertise with conventional and Differential GPS (DGPS) positioning systems and fully automated, digital methods of data collection, processing and production of resulting Hydrographic mapping; (5) GIS database generation and applications utilizing both the Intergraph MGE and ESRI ARC/INFO software; (6) the capability to translate data files to other formats such as AutoCAD (.DWG); (7) large format scanning and digitizing technologies and related applications for the purpose of converting existing hard copy drawings/maps into raster and vector digital files; (8) delivering data on 8-mm tape cartridge, CD-ROM and via Internet. C. Capacity to accomplish the work in the required time period. Firms must have the capacity of quality personnel and equipment as well as a demonstrated history of multiple project management. As a minumum, firms must staff the following personnel: licensed land surveyors and or engineers, certified hydrographic surveyors, survey party chiefs, instrument operators, rod/chain persons, survey technicians, survey drafters, certified photogrammetrist, stereoplotter operators, cartographic drafters, computer operators, photolab technicians, editor supervisor, supervisor of CADD and aerial photography personnel. Firms must also submit a list of all significant equipment, including Internet ftp capabilities, available for use on this contract. D. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; firms must submit a detailed quality control plan/procedures with the SF 255, that is used to ensure accuracy of all surveys, compilations, digital mapping or other products produced under this contract, including specific procedures for field and office checks. E. Knowledge of the locality. F. Geographic Proximity: Location of the firm in the general geographical area of the Pittsburgh District. G. 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. Volume of DOD contract awards during the last twelve months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Architect-Engineer firms which satisfy the requirements of this announcement are invited to submit a current completed Standard Form 255, ''Architect-Engineer and Related Services Questionnaire for Specific Project'' and supplemental data documenting the required specialized qualifications. All responding firms which do not have a current (within the past 12 months) SF 254 on file with this office must also furnish a completed SF 254. SF 254's and SF 255's were revised (Revision 11-92) by Federal Acquisition Circular 90-16, effective 19 February 1993. The previous Revision 10-83 of these forms is obsolete and will not be used. Only the 11-92 edition of these forms will be accepted. Interested firms shall provide submittals to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business of the next business day. Submittals after this date and time will not be considered for selection. No other general notification to firms under consideration for this project will be made and no further action is required. For Subcontracting and partnering opportunities, please contract the following: U.S. Small Business Adminsitration, Attn: John Brown, 960 Penn Avenue, Pittsburgh, PA (412) 644-2787.; U.S. Small Business Administration, Attn: John Renner, 111 Superior Avenue, Suite 630, Cleveland, Ohio 44114, (216) 522-4180.; U.S. Small Business Adminsitration, Attn: Doug Aspy, P. O. Box 1608, Clarksburg, West Virginia 26302-1608, (304) 623-5631. This is not a request for proposal. See Numbered Note(s): 24. (0053)

Loren Data Corp. http://www.ld.com (SYN# 0115 19960223\T-0001.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page