|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1996 PSA#1712US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR, 26
Federal Plaza, Rm 2133, New York, N.Y. 10278-0900 C -- PUBLICATION OF SERVICES FOR INDEFINITE DELIVERY CONTRACTS #48 &
49 (OPERATIONS DIVISION) FOR SURVEYING WITHIN THE NEW YORK DISTRICT.
SOL CBAEOP 6302-0005 POC Willien Cunningham, Procurement Assistant,
212-264-9123. Location: The majority of the work will be in an
ocean/marine environment, inland and surrounding waterways of New York
Harbor. Subsistence will be paid for work beyond a fifty mile radius
of the New York District Office. No subsistence will be paid for work
within a fifty mile radius of the District Office. Scope of Services
Required: Provide hydrographic and special geophysical and
oceanographic surveys within the ocean/marine environment, inland and
surrounding waterways of New York Harbor. Hydrographic surveys will
constitute approximately 30% of all delivery orders, special
geophysical surveys 35% and oceanographic surveys 35%. Establish
horizontal and vertical control of Second Order Class II for all
surveys as required. Hydrographic surveys must conform to Class 1
standards. The firm selected must own a sediment profiler camera
(REMOTS or equivalent) and image processing software which includes but
not limited to the following types of outputs: Digital statistical
imagery. Sediment grain size. Subsurface and Infauna analysis. The firm
must also be capable of producing: Three dimensional physiographic
relief maps. Sediment accumulation contoured difference maps. Contoured
bathymetric survey maps (A and E size). Horizontal distribution data
using side scan sonar technology. Vertical imaging data using
sub-bottom profiling. Firms must be able capable of collecting all data
electronically. Proposals must list equipment, both field and office.
Firms must be able to submit both hard maps and electronic data.
Proposals must clearing show ability to collect and present
hydrographic, geophysical and oceanographic data electronically in CADD
and GIS formats. The term of these contracts is one year with an option
to renew for a second year. There is an accumulated $750,000.00 limit
per year per contract and a maximum of $150,000.00 per delivery order.
The Governments obligation for a minimum guarantee is $15,000 for the
first year and $7,500 for the second year. Technical Capabilities
Required: The firm selected must have one or more senior staff persons
licensed to practice Land Surveying in the states of New York and New
Jersey. Special Qualifications: The firm selected must have sufficient
staff and equipment to be able to perform two delivery orders
simultaneously. Closing Date for Submission of Form 255: Thirty days
after advertising date. If this date falls on a Saturday, Sunday or
holiday the closing date will be on the next business day. Firms should
submit their qualifications on 11-92 version of SF 255 and SF 254. SF
254 should reflect the overall firms capacity, whereas, SF 255 should
reflect only the personnel dedicated to the specific project referenced
in the submittal. If subconsultants are to be utillized, a SF 254 must
be submitted for each subconsultant. These guidelines should be
followed, since they constitute procedural protocol in the manner in
which the selectuon process is conducted. Evaluation Factors (in
descending order of importance): Professional qualifications necessary
for satisfactory performance of required services, Specialized
experience and technical competence in the type of work required,
Capacity to accomplish the work in the required time, Past performance
on contracts with Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules, Knowledge of the locality and location in the general
geographical area of the New York District boundaries provided that
application of this criterion leaves an appropriate number of qualified
firms, given the nature and size of the project. Note: Firms are
encouraged to submit from any geographical area. The extent of
participation of SB, SDB, historically black colleges and universities
and minority institutions in the propoosed contract team, measured as
a percentage of the total estimated effort. Volume of work previously
awarded to the firm by the Department of Defense, with the object of
effecting an equitable distribution among qualified A/E firms,
including small and small disadvantaged business firms and firms that
have not had prior DoD contracts. Start: April 1997. Completion: April
1999. Small and small disadvantaged firms are encouraged to
participate as prime contractors or as members of joint ventures with
other small businesses. All interested large firms are reminded that
the successful firm will be expected to place subcontracts to the
maximum practicable extent with small and small disadvantaged firms in
accordance with Public Law 95-507. If a large business firm is
selected, a small business subcontracting plan will be required prior
to award. Firms which have not previously applied for New York District
projects and firms which do not have a current SF-254 on file with the
New York District should submit two of the SF-254 with this initial
response to CBD announcement. Firms using consultants should submit
copies of the SF-254 for their consultants. Notification of all firms
will be made within 10 calendar days after approval of the Final
selection. Notifications will not be sent after preselection approval.
The notification will say the firm was not among the most highly
qualified firms and that the firm may request a debriefing. The A/E's
request for a debriefing must be received by the selection chairperson
within 30 calendar days after the date on which the firm received the
notification. Debriefing(s) will occur within 14 calendar days after
receipt of the written request. Copies of all SF 254's & SF 255's of
all firms, who are not short listed, will be held for 30 calendar days
after notifications are sent out. Three (3) copies of the submittals
should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, 26
Federal Plaza, New York, NY 10278, (212) 264-9123. (0303) Loren Data Corp. http://www.ld.com (SYN# 0016 19961030\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|