Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1997 PSA#1777

US ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT, PO BOX 2946, PORTLAND OR 97208-2946

R -- A/E IDTC FOR HYDROGRAPHIC SURVEYING SERVICES SOL DACW57-97-R-0010 DUE 030897 POC Contract Specialist SANDRA L. HILLEBRANDT (503) 326-6418 (Site Code DACW57) The U.S. Army Corps of Engineers, Portland District, Operations, Construction and Readiness Division proposes to contract for Hydrographic Surveying Services within the Portland District geographical area of responsibility, which includes portions of Oregon and Washington. 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 requirements for a subcontracting plan in that part of the work it intends to subcontract. Minimum target goals are as follows: 60.3% planned subcontracting dollars should be placed with those small business concerns, 9.8% of those planned dollars should be placed with those small business concerns owned and controlled by socially and economically disadvantaged individuals, and 2.9% of those dollars should be placed with those small business concerns owned or controlled by women. 1. CONTRACT INFORMATION: Hydrographic survey work will be confined to major rivers, inland baysand ocean harbors. Some near-shore ocean work may be required. An Architect-Engineer Indefinite Delivery Contract for $400,000 will be awarded, with a base contract period not to exceed (NTE) one year and two option periods NTE one year each. Individual task orders shall not exceed the annual contract amount. The projected commencement date for this contract is December 1997. 2. PROJECT INFORMATION: Typical services to be provided will include establishment of geodetic control, bathymetric surveys and some topographical mapping. Selected Firms must currently employ Professional Land Surveyor(s) who are licensed in the States of Oregon and Washington. Selected firms must be able to provide a complete hydrographic survey data file on 3.5" High Density MS/DOS disks, in a ASCII format. Selected firms must be able to produce topographical mapping data on a CADD system in Intergraph Micro-Station version 5.0 format, or in a AutoCad DWG file format and provide design drawings that are fully compatible with PortlandDistrict's Intergraph CADD system. A list of equipment or proposed conversion software must be contained in the firms package so that compatibility can be verified. A summary report, various work, safety and environmental reports will be required under the contract, but will not be a basis for selection. 3.SELECTION CRITERIA: Selection criteria for this project will be based upon the following, listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary, criteria f-i are secondary, used only as "tie breakers" among technically equal firms. a) Professional qualifications of personnel to be assigned to the project. Evaluation will consider education, training, registration, overall and relevant experience in hydrographic surveying and longevity with the firm. The following disciplines will be evaluated: (1) Supervisory Surveyor (Office). (2) Computer/CADD Technician.(3) Project Surveyor, RLS and Hydrographic surveys. (4) Party Chief/Instrument Person. (5) Hydrographic Computer Technician. (6) Survey Technician. (7) Survey Aid. (8) Boat Operator. (9) Clerical Technician. b) Specialized experience and technical competence. Evaluation will consider specialized experience on similar projects, quality management procedures and technical capabilities such as equipment resources to perform the required services, at a minimum: (1) Survey vessel(s) with a minimum length of 18 ft., with a demonstrable speed of 20 knots and a work boat with a minimum length of 8 ft. (2) For each such survey vessel, a electronic positioning system, a total integrated hydrographic survey computer system, a digital/analog depth recorder with a motion sensor unit, and bar check calibration equipment. (3) Survey instruments, computers and other pertinent equipment available for geodetic control survey work. c. Capacity. Evaluation will consider the available capacity of key disciplines to perform the work on schedule and in the required time, and a proposed project organization chart with lines of authority. d. Past Performance. Evaluation will consider administrative performance and technical competency in hydrographic and geodetic control surveying. e. Knowledge of the locality. Evaluation will consider river basins, geological features, and climatic conditions. f. General geographic location of the firm with regard to other firms and the Portland District. g. Selected firms personnel to be assigned to the project with an In-shore Hydrographer(s), holding an American Congress on Surveying and Mapping Certification. h. The firm's standing as a Small, Small Disadvantaged, or Woman-Owned Small Business, and the extent to which those firms, as well as Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), participate in subcontracting. i. The firm's volume of DoD contract awards. 4. SUBMISSION REQUIREMENTS: A-E firms which meet the requirements described in this announcement are invited to submit a Standard Form 254 (A-E and Related Services Questionnaire) and a Standard Form 255 (A-E and Related Services Questionnaire for a Specific Project). Only those responses received by the Portland District Contracting Division prior to 1600 local time on the date indicated above will be considered. No other general notification for this project will be made, and no further action beyond submission of a request for consideration and forms 254 and 255 is required or encouraged. All A/E firms responding shall indicate their size in Block 4 of the SF 254. This procurement is open to both large and small businesses. The small business size standard for this procurement is a firm with average annual sales or receipts, including all affiliates, for the preceding three years not in excess of $2.5 million. Request for verbal presentation of qualifications prior to the closing date of this announcement will not be permitted. Technical questions should be directed to Mr. Michael D. Cristler, (503) 326-6854. Administrative questions should be directed to Ms. Sandra Hillebrandt (503) 326-6418. This (0035)

Loren Data Corp. http://www.ld.com (SYN# 0086 19970206\R-0005.SOL)


R - Professional, Administrative and Management Support Services Index Page