Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1996 PSA#1543

U S ARMY ENGINEER DISTRICT MEMPHIS, 167 NORTH MAIN STREET B202, MEMPHIS TN 38103-1894

R -- INDEFINITE DELIVERY TYPE ARCHITECT-ENGINEER CONTRACT FOR SURVEY ENGINEERING, MAPPING, AND RELATED SERVICES WITHIN THE BOUNDARIES OR ASSIGNMENTS OF THE MEMPHIS DISTRICT SOL DACW66-96-R-0017 DUE 032596 POC A-E Coordinator DON MAX (901) 544-3977 (Site Code DACW66) SUBMITTAL DEADLINE: COB 25 MARCH 1996. 1. SERVICES REQUIRED: The services to be procured under this announcement are classified in Standard Industrial Classification Code 8713. It is anticipated that anywhere from two to four indefinite delivery type contracts will be entered into as a result of this announcement. THIS WILL BE THE ONLY ANNOUNCEMENT BY THE MEMPHIS DISTRICT FOR TOPOGRAPHIC, HYDROGRAPHIC, AND GPS SURVEYING AND MAPPING FOR THE NEXT YEAR; except for survey engineering, mapping, and data base development which will be announced and selected separately due to differing technical requirements. A separate indefinite delivery type contract will be negotiated and awarded as the need is determined. At least seven highly qualified firms will be selected using the four primary criteria, shown in descending order of importance: (A) Specialized Experience, (B) Professional Qualifications, (C) Capacity & (D) Past Performance and three secondary criteria: (E) Geographical Location, (F) Small Business Considerations, & (G) Volume of DOD Work. After evaluation by the primary criteria, the following three secondary criteria, shown in descending order of importance, will be used as ''tie- breakers'' among technically equal firms: (E) Geographical Location, (F) Small Business Considerations, & (G) Volume of DOD Work. When a need has been identified for the first contract, negotiations shall begin with the top ranked firm. When a need has been identified for a subsequent contract, or if negotiations with a firm for a contract are unsuccessful, negotiations shall begin with the next ranked firm which has not been offered a contract or negotiation. The list of ranked firms will be terminated one year from award of the first contract. A new announcement will be synopsized when additional capability is required. There is no implied guarantee that every firm on the list will receive a request for proposal, enter into contract negotiations, nor will be awarded a contract. The proposed procurements listed herein will be unrestricted, and submittals from large and small businesses will be considered. Firms are considered to be small business concerns, if the firm's average annual receipts from the preceding three fiscal years does not exceed $2.5 Million. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are a minimum of 53% of the amount the prime firm intends to subcontract is to be placed with small business (SB) including 9% to small disadvantaged businesses (SDB) and 3% to women-owned businesses (WOB). The subcontracting plan is not required with this submittal, however, these goals should be addressed in criteria 4 (F), listed below. Firms with demonstrated specialized experience, competence and qualifications pertinent to survey engineering, geodetic surveying, land and boundary surveying, hydrographic surveying, mapping (Intergraph capability required) and related services are desired for consideration. The contract services performed under this contract may support the Government revetment construction project along the Mississippi River located in the Memphis, Vicksburg, and New Orleans Districts. 2. PROJECT INFORMATION: Work areas will normally be within the boundaries of the Memphis District (which includes portions of AR, IL, KY, MO, MS, and TN) but work assignments may be made in other Districts. The first contract is anticipated to be awarded in July 1996, with the contract period of service not to exceed one year from issuance of the first delivery order, or expenditure of the contract amount, whichever occurs first. Work to be performed is subject to satisfactory negotiation of individual delivery orders not to exceed $150,000 each or a total of $750,000 the initial year of the contract. Each basic contract will include an option to extend the contract period one year and to expend an additional $750,000. 3. QUALIFICATIONS: Firms must demonstrate in their submission the ability to meet the following requirements: (A) Adequate professional personnel with experience in topographic and hydrographic surveying and mapping; (B) Sufficient technical and administrative personnel to ensure expeditious completion of required services; and (C) Capability to mobilize fully staffed and equipped survey parties. 4. EVALUATION CRITERIA: Selection will be based on the following four primary criteria: (A) Specialized Experience, (B) Professional Qualifications, (C) Capacity & (D) Past Performance and three secondary criteria (E) Geographical Location, (F) Small Business Considerations, & (G) Volume of DOD Work. After evaluation by the primary criteria, the following three secondary criteria, shown in descending order of importance, will be used as ''tie- breakers'' among technically equal firms: (E) Geographical Location, (F) Small Business Considerations, & (G) Volume of DOD Work. All criteria are listed in descending order of importance: (A) Specialized Experience. The selected firm shall have the capability to provide digital surveying and mapping data in readable and fully operational format on the District's Intergraph Computer Aided Design and Drafting (CADD) System. Data submission shall be required in Intergraph design files (.DGN), digital terrain model files (.DTM), and alignment files (.ALG). Firms with demonstrated specified experience, competence and qualifications pertinent to surveying are desired for consideration. Firms considered to be highly qualified may be required to furnish at least seven fully equipped survey crews with four wheel drive vehicles and approved electronic total station surveying instruments. Additional crews may be required. Highly qualified firms shall be required to have both code and carrier phase L1/L2 GPS receivers. Firms will be considered if it can demonstrate the capability to provide these personnel and equipment by such means as an increase in staffing, subcontracting, or joint venture. At least one with a possibility of four electronically automated range azimuth or Coast Guard Radio Beacon DGPS hydrographic survey systems operational on a boat not less than 21 feet in length shall be required. Each hydrographic and topographic party provided shall have the capability to collect and process each survey performed at the work site (plot cross sections, compute volumes, revetment re-designs, etc.). One electronic hydrographic sweep system (No Booms) on a boat with a length no greater than 30 feet (trailerable) with DGPS will be required either through inhouse capabilities or subcontract. Additional conventional hydrographic systems may also be required (wire wheels and fathometers). Firms considered to be highly qualified shall be required to show specialized experience in performing all types of surveys as stated above and subsequent data reduction and plotting utilizing state-of-the-art computer technology. (B) Professional Qualifications. The prime firm and/or its subcontractor(s) (hereinafter referred to collectively as ''firm'') must have registered Professional Civil Engineers and Land Surveyors on staff. The firm should indicate professional recognition, professional associations, advanced training, certification, and specific work experience of key personnel. The firm should emphasize the qualifications and experience of its management personnel in survey engineering, hydrographic, topographic and geodetic surveying. (C) Capacity. Firms must demonstrate sufficient personnel in the disciplines necessary to conduct the required work in an efficient manner. (D) Past Performance. Performance evaluations on previous contracts with Government agencies, including DOD, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be considered. Additional consideration will also be given to firms which have above average performance evaluations in the type of work described in (A) above. After evaluation by the primary criteria, the following three secondary criteria, (E) Geographical Location, (F) Small Business Considerations, & (G) Volume of DOD Work, shown in descending order of importance, will be used as ''tie-breakers'' among technically equal firms. (E) Geographical Location. Proximity of the firm's office where the field work will be managed, coordinated, and the data reduction and CADD work performed to Memphis, TN will be given additional consideration. (F) Small Business Considerations. Extent of participation of Small Business, Small Disadvantaged Business, and Historically Black Colleges and Universities and minority institutions in the proposed contract, measured as a percentage of the total anticipated contract effort in accordance with the subcontracting goals shown above under 1. SERVICES REQUIRED. Firms should list the total amount of the contract anticipated to be subcontracted, name and amount anticipated for small business, name and amount anticipated for small disadvantaged business and name and amount anticipated for women owned business. (G). Volume of DOD Work. Consideration will be given to the volume of work previously awarded or assigned to the firm by DOD in the last 12 months (1 March 1995 to 1 March 1996), with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms, including small and small disadvantaged business firms, and firms that have not had prior DOD contracts. 5. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform these services must submit one copy of SF 255 (11/92 Edition) for the prime and one copy of SF 254 (11/92 Edition) for the prime and all sub-contractors to: Mr. Don Max, CELMM-ED-DG, Memphis District, Corps of Engineers, 167 North Main Street B-202, Memphis, TN 38103-1894, no later than close of business (COB) (4:00 pm Central) 25 MARCH 1996. The solicitation number should be included in Block 2b of SF 255. Include in Block 3b the firm's ACASS number. If the ACASS number is not available, phone the ACASS Center at 503-326-3459 to obtain a number. In Block 10 of the SF 255, firms are requested to clearly and succinctly address all qualification requirements listed under Items 3 and 4 above. All DOD contracts awarded to the firm and its affiliates (not to include subcontractors) during the 12 month period of 1 March 1995 to 1 March 1996 should be shown, including the contract amount and whether the contract includes an option year and option amount. Firms are also required to show the total amount of DOD contract earnings within the 12 month period stated above by the firm as a prime contractor, without regard to the award date of the contract(s). Also in Block 10, firms are requested to provide a detailed list of all pertinent field and office equipment to be used on this contract that distinguishes ownership between prime and subcontractors, if used. Similarly in Block 10, describe the firm's overall quality management plan, including management approach, coordination of disciplines, field crews, and subcontractors; and quality control procedures. A contract specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Letters, including transmittal letters, photographs, brochures and other promotional literature are not desired nor will be considered. Solicitation packages are not provided to interested firms for A-E contracts before final firm selection. This is not a request for proposal.(0046)

Loren Data Corp. http://www.ld.com (SYN# 0070 19960301\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page