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