|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 1,1997 PSA#1814U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 T -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR TOPOGRAPHIC
AND BOUNDARY SURVEYS AT HARTWELL LAKE AND RICHARD B. RUSSELL LAKE, GA
AND SC SOL DACW21-97-R-0029 POC Wade Seyle, Project Manager --
912/652-5508 1. CONTRACT INFORMATION: The US Army Corps of Engineers,
requires the services of an A-E firm for an indefinite delivery
indefinite quantity contract for topographic and boundary surveys at
Hartwell Lake and Richard B. Russell, GA & SC. The contract is
anticipated to be awarded in July 1997. The contract will consist of a
basic ordering period and two option periods, each period not to
exceed one year, for a total of three years. The ordering period will
be for one year or whenever the Contracting Officer determines the
ordering period is over. The total of all task orders during each
ordering period may not exceed $250,000. Individual task orders may not
exceed, $250,000. The total amount of each contract over the three year
ordering period may not exceed $750,000. This announcement is open to
all firms regardless of size. Large business offerors must identify
subcontracting opportunities with small business, and small
disadvantaged business on SF 255. If selected, the large business
offeror will be required to submit a small/small disadvantaged & women
owned subcontracting plan in accordance with FAR 52.219.9 and DFARS
219.704/705 as a part of the Request for Proposal package. The
following subcontracting goals are the minimum acceptable goals to be
included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% TO
SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF
SMALL BUSINESS). 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL
BUSINESS). Large business firms that intend to do any subcontracting
must convey their intent to meet the minimum subcontractor goals on the
SF 255, Block 6. Written justification must be provided if the minimum
goals cannot be provided. The wage 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. For additional information, please contact Ms. Rosetta
Stewart, Contract Specialist, at 912/652-5903. 2. PROJECT INFORMATION:
Task orders to be issued under this contract will be used for
surveying, boundary marking, property line identification and mapping
at Hartwell and Richard B. Russell Lakes. Work may include but not be
limited to topographic surveys, setting control monuments and corner
pins, prepare plats and perform records and drawing (plat) research
necessary to locate property lines and monuments in the field. Drawings
must be prepared in electronic files using Microstation format. 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria a-e are primary. Criteria f-g are secondary and will only be
used as "tie-breakers" among technically equal firms. a. Specialized
experience and technical competence in (1) Performance of property and
boundary surveys, locating encroachments, replace missing monuments
and corner pines; (2) Perform records and drawing (plat) research to
locate property lines and monuments in the field; (3)
Performtopographic surveys and set control monuments; (4) Deliver
drawings in Microstation format. b. Past performance on DoD and other
contracts with respect to cost control, quality of work and compliance
with performance schedules. c. Capacity to provide Register Land
Surveyors, field survey crews, and CADD drafting staff and accomplish
two simulataneous task orders. These disciplines MUST be shown in BLOCK
4 of SF 255. Please disregard the "to be utilized" statement at Block
4 of SF 255 and show the total strength of each discipline. d.
Professional qualifications of key management and professional staff
members who must possess all necessary licenses and registrations
required to perform surveys in GA and SC. e. Knowledge of locality as
it pertains to search of property records and benchmark data in
immediate work area. f. Degree of participation of SB, SDB, WOB, HBCU
or MI as prime contractor, subcontractor or joint venture partner. g.
Volume of DoD contract awards in the last 12 months as described in
Note 24; 4. SUBMISSION REQUIREMENTS: Interested firms having
capabilities to perform this work must submit one (1) copy of SF 255
(11/92 edition) for PRIME and one (1) copy of SF 254 (11/92 edition)
for prime and all consultants, to the following address: US ARMY
ENGINEER DISTRICT, SAVANNAH, ATTN: CESAS-EN-EA, 100 WEST OGLETHORPE
AVENUE, SAVANNAH, GA 31401-3640 not later than the close of business
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
Block 3b of SF 255. For ACASS information, call 503/326-3459. No faxed
submittals will be accepted. Cover letters and extraneous material
(Brochures, etc.) are not desired and will not be considered. PHONE
calls are discouraged unless absolutely necessary. PERSONAL visits for
the purpose of discussing this announcement will not be scheduled.
THIS IS NOT A REQUEST FOR A PROPOSAL. (0087) Loren Data Corp. http://www.ld.com (SYN# 0086 19970401\T-0008.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|