Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1996 PSA#1712

US 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