|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 26,1996 PSA#1749U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P.O. BOX 2288,
MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602 T -- IND DEL CONTRACT FOR SURVEY, HYDROGRAP & MAPP SERVC TO SUPP MOB
DIST CIV WKS PROG OPER DIV, PANAMA CITY SITE OFFICE; RFP #
DACW01-97-R-0016 SOL AEMXXX-97XX-0006 POC Contact Mr. Jack Pruett,
334/441-5755; Contracting Officer, Mrs. Sue L. Speights (Site Code
W31XNJ) 1. CONTRACT INFORMATION: A-E services are required for an
Indefinite Delivery Contract for Surveying, Hydrographic, and Mapping
Services to Support the Mobile Districts Civil Works Program,
Operations Division, Panama City Site Office. This announcemnt is open
to all businesses regardless of size. The Contract will be awarded for
a one year period with an option to extend the contract for two
additional periods, not to exceed a total of three years. Work to be
subject to satisfactory negotiation of inividual task orders with the
total contract not to exceed $1,000,000 for each contract period. (If
the $1 million limit for a contract period is exhausted or nearly
exhausted prior to 12 months after the start of the period, the option
for the next contract period may be exercised.) Selection of AE firms
is not based upon competitive bidding procedures, but rather upon the
professional qualifications necessary for theperformance of the
required services. 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 his 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, 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 contract will primarily be used
to: (A) perform hydrographic survys of rivers, bays, and channels that
extend into the Gulf of Mexico (all soundings will be compensated via
Heave Compensation Devices as per the U.S. Army, Corps of Engineers
Hydrographic Survey Manual EM 110-Z-1003 dated 28 February 1991); (B)
perform Toographic surveys within the Panama City Area Office project
area; (C) perform Global Positioning System Surveys for high order
control; (D) perform traverse and triangulation of second or third
order accuracy, levels for vertical control of second or third order
accuracy, route locations, roads, levees, dikes, and channels, quantity
surveys for preconstruction and/or final cross-sections, and
computatons of quantities using TIN (Triangulated Irregular Network).
(E) all data collected shall be compatible with the Panama City Site
Office, Corps of Engineers software format. The work will be in
Alabama, Georgia, and Florida, or other locations within the obile
District civil boundaries when such work is assigned to the Panama City
Site Office. 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 D are primary. Criteria E thru G are secondary and will
only be used as "tie-breakers" among technically eqal firms. A.
Professional Qualifications: The contract will require the following
disciplines: Use the nomenclature for disciplines as noted in this
advertisement. (1) Registered Land Surveyor(s) in Alabama, Georgia, and
Florida; (2) Project Manager; (3) Hdrographic Party Chief; (4) Land
Party Chief; (5) CADD Operator. Resumes (Block 7 of the SF 255) must be
provided for these disciplines, including consultants. Additional
evaluation factors are provided in order of importance: B. Specialized
experience and technical competence in: (1) Fully Automated
Hydrographic Systems, Either DGPS, Range/Range Or Range/Azimuth; (2)
Differential Global Positioning ystem (DGPS) real time positioning; (3)
Topographic surveys using a Total Station with data collector; (4)
Control surveys using Global Positioning System; (5) Providing the data
in digital format compatible to AutoCad Release 12; (6) In Block 10 of
the SF255 describe the firms' 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 ability,
equipment, and expertise to field up to three (3) hydrographic survey
parties with a sustained effort of two (2) hydrographic parties. D.
Past Performace: Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules; E. Geographic Location: Geographic location with
respect to the southeast United States. F. Small Business, Small
Disavantaged Business, and Women Owned Business Participation: Extent
of participation of Small Businesses, Small Disadvantaged Businesses,
Women Owned Businesses, Historically Black Colleges and Universities,
and Minority Institutions in the proposed contract team, measured as a
percentage of the total estimated effort; G. Equitable Distribution of
DOD contracts: Volume of DOD contract awards in the last 12 months a
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 obtaind from the
Government Printing Office. A Summary of Capability Worksheet must be
requested and submitted with the proposal. The worksheet in Microsoft
Word Format, version 97.1 (3.5" unformatted Disk must be provided)
should be requested by sending a self addressed envelope or Floppy Disk
Mailer with return postage to: District Engineer, U.S. Army Engineer
District, Mobile, ATTENTION: CESAM-EN-MS, Post Ofice Box 2288, Mobile,
Alabama 36628-0001. 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 da 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. Call the ACASS
Center at 503-326-3459 to obtain a number. Solicitation packages are
not provided. This is not arequest 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 considered highly qualified after
submittal review by theselection board. (0358) Loren Data Corp. http://www.ld.com (SYN# 0104 19961226\T-0003.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|