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