|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1996 PSA#1559U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-CT (PLANS ROOM NO.
1000A), P. O. BOX 2288 MOBILE ALABAMA 36628-0001, OR 109 ST. JOSEPH
STREET MOBILE AL 36602 T -- INDEF DEL CONTRACT FOR SURVEY, MAPP & PHOTOGRAMM SERVC TO SUPP
THE MOB DIST MIL MISSION SOL AECA**-96**-0007 POC Contact Mr. Jack
Pruett, 334/441-5755; Contracting Officer, Edward M. Slana (Site Code
W31XNJ) 1. CONTRACT INFORMATION: (Refer to RFP NO: DACA01-96-R-0041)
A-E services are required for Indefinite Delivery Contract for
Surveying, Mapping, and Photogrammetry Services. This announcement is
open to all businesses regardless of size. The contracts will be
awarded for one year with an option to extend the contract for one
additional year. Work under the contract to be subject to satisfactory
negotiation of individual delivery orders not to exceed $150,000 each,
(some orders can be raised to $200,000 if determined necessary by the
contracting officer), with a total not to exceed $250,000 during each
12-month period. If a large business is selected for this contract, it
must comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan for that part of the work it intends to
subcontract. The subcontracting goals for this contract are a minimum
of 52.5% of the contractor's intended subcontract amount be placed with
Small Businesses (SB), including Small Disadvantaged Businesses (SDB),
and Women-Owned Business, of which 8.8% be placed with SDB, and 5% for
Women-Owned Business. The subcontracting plan is not required with this
submittal. 2. PROJECT INFORMATION: The selected firm will be required
to perform services in the states of Alabama, Florida, Mississippi,
Tennessee, or other locations as may be assigned to the Mobile
District. Capability to furnish surveys and photogrammetric services in
English and metric format without conversion of the field or
photogrammetric data is required. The contract will primarily be used
to perform topographic surveys, mapping, and photogrammetric mapping.
3. SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below 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: The contract will require the following disciplines:
(1) Registered Land Surveyor (All land survey work must be performed
under the direction of a Registered Land Surveyor registered in the
state where the work is performed). To be considered, the Registered
Land Surveyor and Registration Number must be given for the State's of
Mississippi, Alabama, Florida, and Tennessee.; (2) Project Managers;
(3) Party Chiefs; (4) Photogrammetrists; (5) Aerial Photographers; (6)
CADD Operators. Resumes (Block 7 of the SF 255) must be provided for
these disciplines, including consultants. Use the nomenclature for
disciplines as noted in this advertisement. Additional evaluation
factors are provided in order of importance: B. Specialized experience
and technical competence in: (1) Intergraph and AutoCad Digital Data
services; (2) Detail Topographic Mapping (Total Station And /Or GPS);
(3) Detail Utility Mapping; (4) Vertical Control; (5) Horizontal
Control; (6) Complete Photogrammetric Services; (7) Global Positioning
System Services; (8) In Block 10 of the SF 255 describe the firms's
quality management plan, including the team's organization including an
organizational chart, quality assurance, cost control, and coordination
of the in-house work with consultants. C. Capacity to Accomplish the
Work: The capacity to field four (4) survey parties with a sustained
effort of two (2) survey parties. D. Past Performance: Past performance
on DOD and other contracts with respect to cost control, quality of
work, and compliance with performance schedules; E. Knowledge of the
Locality: Knowledge of locality of work in terms of laws required for
each state for surveying and mapping; F. Geographic Location:
Geographic location with respect to the region under consideration. G.
Small Business, Small Disadvantage Business, and Women Owned Business
Participation: Extent of participation of small businesses, Small
Disadvantaged Businesses, Women-Owned Buinesses, Historically Black
Colleges and Universities, and Minority Institutions in the proposed
contract team, measured as a percentage of the total estimated effort;
H. Equitable Distribution of DOD contracts: Volume of DOD contract
awards in the last 12 months as described in Note 24. 4. SUBMISSION
REQUIREMENTS: See Note 24 for general submissions requirements. Firms
must submit a copy of their SF 254 and SF 255, and a copy of each
consultant's SF 254. The 11/92 edition of the forms must be used, and
may be obtained from the Government Printing Office. These must be
received in the Mobile District Office (CESAM-EN-MN) not later than
close of business on the 30th day after the date of publication of this
solicitation in the Commerce Business Daily. If the 30th day is a
Saturday, Sunday, or Federal holiday, the deadline is the close of
business on the next business day. Regulations requires that any
submittals received after this date cannot be considered by the
Selection Board. Include ACASS number in Block 3b and RFP Number in
Block 2b of the SF 255. Solicitation packages are not provided. This is
not a request for proposal. As required by acquisition regulations,
interviews for the purpose of discussing prospective contractors'
qualifications for the contract will be conducted only for those
firms(0082) Loren Data Corp. http://www.ld.com (SYN# 0063 19960325\T-0002.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|