Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8,1997 PSA#1757

U.S. Army Corps of Engineers, Chicago, 111 N. Canal Street, Chicago, IL 60606

C -- INDEFINITE DELIVERY ARCHITECT ENGINEER (A-E) CONTRACT FOR LAND SURVEYING SERVICES FOR THE CHICAGO DISTRICT, U.S. ARMY CORPS OF ENGINEERS POC Robert E. Behrns, (312) 353-6400, Ext. 3045. CONTRACT INFORMATION: Land surveying services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various civil works projects within the Chicago District boundaries. One (1) Indefinite Delivery Type contract will be negotiated and awarded, with a base period of one year from the date of award with options to extend for up to two additional one year periods. Work will be assigned by negotiated delivery orders. Individual, fixed-price delivery orders will not exceed $500,000.00 and the annual ceiling for the base year and any option year is $500,000.00. Minimum guaranteed amount for the base year is $10,000.00 and $5,000.00 for each individual option year. The estimated award date of the contract will be June 1997. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it 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 are a percentage of the contractor's intended subcontract amount to be placed with small business (SB), including small disadvantaged businesses (SDB), and women owned small business. The plan is not required with this submittal. 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. PROJECT INFORMATION: The work consists of land surveying services including: Project control surveys, Global Positioning System (GPS) surveys, utility surveys, and other surveys listed in the selection criteria. SELECTION CRITERIA: See Note 24 for general selection process. Firms must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria (a)-(e) are primary factors. Criteria (f)-(g) are secondary factors and will only be used as "tie-breakers" among technically equal firms. (a) Specialized experience and technical competence of the firm and contract team members to perform: (1) Land surveying services consisting of: (a) Horizontal and vertical control surveys, (b) river cross section surveys, (c) GPS surveys, (d) topographic surveys, (e) utility location surveys and (f) boundary surveys. (2) The capability to attain accuracy's consisting of: (a) Horizontal closure of 1:200,000, a 2nd order, Class II survey and (b) Vertical closure of 0.05 times the square root of m where m is the length of level loop in miles, a 3rd order survey. (3) Specialized equipment (owned or leased) to be utilized on the project should be included in Block 10 of SF 255. (4) The ability to produce digital files in a format compatible with Intergraph Microstation 95. (5) The ability to produce ASCII digital files from data collection output. (6) The capacity to prepare Right of Way drawings in digital format and write legal descriptions. (b) Professional Qualifications: (1) Registration as a Professional Land Surveyor in the states of Illinois and/or Indiana and (2) Registration as a Professional Engineer in the states of Illinois and/or Indiana. (c) Hazardous Toxic Waste (HTW) certification as required by EM 385-1-1, U.S. Army Corps of Engineers Health and Safety Requirements Manual dated September 3, 1996, 29 CFR 1920.120 OSHA and 29 CFR 1926.65 OSHA, information regarding such experience should be included in Block 10 of SF 255. (c) Capacity to perform two $100,000.00 work orders within a 6 month period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (d) Past Performance as described in Note 24. (e) Knowledge of the Locality with respect to conditions of the Chicago area. (f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (g) Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address, ATTN: Contracting Officer not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in the SF 255, Block 3b. For ACASS information call (503) 326-3459. The SIC Code for this procurement is 8711. Solicitation packages are not provided. This is not a request for proposal. "See Note 24." (0006)

Loren Data Corp. http://www.ld.com (SYN# 0009 19970108\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page