|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1996 PSA#1740U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA, FT
SHAFTER HI 96858-5440 C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES FOR TOPOGRAPHIC,
CADASTRAL, HYDROGRAPHIC, AND AERIAL PHOTOGRAMMETRIC SURVEYS AND MAP
DIGITIZATION IN SUPPORT OF VARIOUS PROJECTS IN PACIFIC REGION SOL
DACA83-97-R-0006 DUE 010997 POC HAROLD NAKAOKA (808) 438-0021 (Site
Code XXCA83) Indefinite Delivery Architect-Engineer Services Contract
for Topographic, Cadastral, Hydrographic, and Aerial Photogrammetric
Surveys and Map Digitization in Support of Various Projects in the
Pacific Region. 1. CONTRACT INFORMATION: Architect-Enginer services
procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36,
are required for various surveying and mapping (military with some
civil works) projects within the Pacific Region (to include Japan and
Korea). An indefinite delivery contrct will be negotiated and awarded
with a base period not to exceed one year and two option periods not to
exceed one year each. The amount of work in each contract period will
not exceed approximately $1,000,000. Work will be issued by negotiated
firm fixed-price task orders, with maximum amount not to exceed the
annual contract amount. The Government obligates itself to obtain no
less than $20,000 in services duringthe term of the base year and
$10,000 in services during the term of each option year. The Government
may exercise a contract option before the expiration of the base
contract period or preceding an option period if the contract amount
for the base period r preceding an option period has been exhausted or
nearly exhausted. The contract is anticipated to be awarded in June
1997. This announcement is open to all businesses regardless of size.
The wages and benefits of service employees (see FAR 22.10) performing
under this contract must be at least equal to those determined by the
Department of Labor under the Service Contract Act. 2. PROJECT
INFORMATION: Wrk includes A-E services for preparation of topographic,
cadastral, hydrographic, and aerial surveys and maps. Services may
also include digitization of maps. Selected projects may be developed
using the metric system of measurements. Compatibility with spcific
computer-aided drafting and design (CADD) systems and format is
required. 3. SELECTION CRITERIA: See Note 24 for the general selection
process. The PRIMARY selection criteria in descending order of
importance are: (a) professional qualifications of the firm's
staff/consultants to be assigned to the projects; (b) specialized
experience of the firm in performing and preparing the specified
services r products listed above; (c) the firm's past performance on
DoD and private sector contracts (cost control, quality of work, and
compliance with schedule); (d) capacity of the firm to accomplish work
in the required time (size of firm, workload, etc.); and(e) knowledge
of the locality of the projects. The SECONDARY selection criteria in
descending order of importance are: (a) location of the firm; (b)
volume of recent DoD work; and (c) participation of SB, SDB,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated effort. Offeror must provide adequate documentation in blcks
7g and 10 of the Standard Form 255, Architect-Engineer and Related
Services Questionnaire for Specific Project, to illustrate the extent
of participation with the above-mentioned groups in terms of the
percentage of the total anticipated contract effor. The selected firm,
if a large business firm, 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
that a minimum of 50% of the contractor's intended subcontract amount
be placed with small business (SB), which includes small disadvantaged
businesses (SDB), and 30% be placed ith SDB. The subcontracting plan is
not required with this submittal but the successful large business firm
must submit an acceptable plan before any award can be made. 4.
SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a
Standard Form 25 no later than 4:00 p.m., Hawaiian Standard Time, by
the due date shown above or within thirty (30) calendar days from date
of this announcement, whichever is later. Should the due date fall on
a weekend or holiday, the submittal package will be due thefirst
workday thereafter. All responding firms must also include completed
Standard Form 254s for themselves and their subconsultants, if not
already on file ith the Pacific Ocean Division. Submittals will be sent
to the following address: U.S. Army Engineer Division, Building 230,
Room 202, Attn: CEPOD-ET-MA, Fort Shafter, Hawaii 96858-5440. Small and
disadvantaged firms are encouraged to participate as prime ontractors
or as members of joint ventures with other small businesses. All
interested contractors are reminded that the successful contractor will
be expected to place subcontracts to the maximum possible extent with
small and disadvantaged firms in accordance with the provisions of
Public Law 95-507. For further information regarding this proposed
acquisition, telephone (808) 438-0021. Request for Poposal No.
DACA83-97-R-0006 shall be utilized to solicit a proposal from the firm
selected. This is not a request for a proposal. (0345) Loren Data Corp. http://www.ld.com (SYN# 0022 19961212\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|