|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1997 PSA#1833U. S. Army Corps of Engineers, 2000 Ft. Point Rd, Contracting Division,
P.O. Box 1229, Galveston TX 77553-1229 R -- PROFESSIONAL SURVEYING AND MAPPING SERVICES, GALVESTON DISTRICT
SOL DACW64-97-R-0006 POC Asst. A/E Contract Coordinator: Terri L.
Carlson (409)766-3176; Contracting Officer: Mary A. Monnell
(409)766-3851 E-MAIL: click here to contact the AE coordinator,
terri.l.carlson@swg01.usace.army.mil. CONTRACT INFORMATION:
Professional surveying and mapping services, both land and hydrographic
to be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR
Part 36, are required for various projects within the Galveston
District Boundaries; however, the contract maybe utilized by other
entities of the Corps of Engineers. One indefinite delivery contract
(IDC) will be negotiated and awarded with a base period of one year and
an option period of one year. Individual, fixed-price delivery orders
will not exceed $500,000, and the cumulative award, inclusive of the
base and option year, is $500,000. Minimum guaranteed amounts are
$10,000 should no work be ordered during the contract's base year and
$5,000 should no work be ordered during the option year, provided the
Government exercises the option. The contract is anticipated to be
awarded in October 1997. The contract will be in effect concurrent with
another contract for similar survey services. Delivery orders may be
placed with the Contractor that the Contracting Officer determines best
qualified considering experience in the specific work requirement,
familiarity with the work area, capacity to complete the order in the
required time period, quality of performance on previous orders, and/or
distribution of work in relation to the effective period of each
contract, if significantly less work has been awarded under the other
contract. This announcement is open to all businesses regardless of
size. 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.
2. PROJECT INFORMATION: No specific work has been identified at this
time. The Galveston District extends along the entire Texas Gulf Coast
inland approximately 100 miles and into Louisiana. Services are to be
used in support of engineering and planning studies, designs,
operations and maintenance of navigation, flood control and beach
erosion programs; real estate matters; and other requests of the
District, both civil and military. Work locations will include terrain
of varying types, steepness and consistencies ranging from dry land to
soft marsh lands including swamp and dredged material placement areas
which may be covered by shallow water. Locations will also include
inland waterways and channels, rivers, streams, lakes, bays and other
similar bodies of water, and waters offshore. The work consists of
hydrographic, topographic, cadastral, and various types of land surveys
and associated office work to include but not limited to: horizontal
and vertical control (second and third order); cross sections and
profiles on land and water; topographic and planimetric surveys;
construction layout; base lines and reference lines; property and
boundary surveys; monumentation with descriptions of survey points;
computations and compilation; drafting; and general office work
necessary to accomplish the final product prescribed in each delivery
order. Horizontal and vertical control will be Corps of Engineers,
National Geodetic Survey and local networks as approved by the
Contracting Officer. Hydrographic surveys shall be performed using both
conventional methods (tag line, wire wheel, etc.) and automated data
collection systems. Control shall be established by transit/level, data
collector and/or Global Positioning System (GPS) as required by the
Contracting Officer. End products shall be submitted in field books,
reports, maps and drawings in hard copy and digital formats compatible
with the District's word processor (WordPerfect version 5.1 or later),
spreadsheet (Lotus 1-2-3 version 2.3 or later) and Computer Aided
Design and Drafting (CADD) (Microstation Design File (DGN) version 5.0
or later) systems as required by the Contracting Officer. 3. SELECTION
CRITERIA: See Note 24 for general A-E selection process. The selection
criteria are listed below in descending order of importance (first by
major criterion and then by sub-criterion). Criteria a-f are primary
while criteria g-h are secondary and will only be used as
"tie-breakers" among the technically equal firms: a. Professional
qualifications and their experience in the following key positions: (1)
Registered Professional Land Surveyors licensed in the state of Texas.
(2) Survey and Engineering Technicians experienced in automated
hydrographic data collection. (3) Party Chiefs and Instrument Persons
experienced in gathering data by both conventional data collector and
GPS methods. (4) Engineering and Survey Technicians experienced in
compilation and computation of data obtained by both conventional and
automated survey methods. (5) Drafts Persons and CADD Operators
experienced in processing survey data. (6) CADD Managers experienced so
as to provide digital data in a format compatible with the Galveston
District's Microstation CADD system. (7) Rod and Chain Persons. The
evaluation will consider education, training, registration, overall and
relevant experience, and longevity with the firm. b. Specialized
experience (within the past two years) and technical competence of the
firm and its staff in using both conventional and automated methods
and equipment: (1) Hydrographic, topographic and cadastral surveys;
horizontal and vertical control (second and third order); cross
sections and profiles on land and water; topographic and planimetric
surveys; construction layout; base lines and reference lines; property
and boundary; monumentation with descriptions of survey points;
computations and compilation; drafting; general office work necessary
to furnish reduced and/or plotted field data and other final products;
and delivering data in formats compatible with the Galveston
District's word processor, spreadsheet and Microstation CADD systems,
as and when required. (2) Own or lease: static/kinematic GPS equipment
capable of subcentimeter measurement accuracy; electronic total
station with data collector; CADD data processing equipment compatible
with the Galveston District's Microstation; conventional field
equipment (transit, level, etc.).(3) Prior association of the prime
firm and the subcontractors, management structure and coordination of
the team. In-house capabilities will be considered heavier than work
subcontracted. Prime contractors are strongly encouraged to use a
qualification-based selection approach (instead of bidding) for
selecting its subcontractors, outside associates and/or consultants.
After award of the contract, the Contracting Officer's consent will be
required to change any subcontractor, outside associate, and/or
consultant that was specifically identified as part of the selected
team. c. Capacity to perform two $150,000 delivery orders in a
90-calendar day period. The evaluation will consider the experience of
the firm and any consultants in similar size projects, and
availability of an adequate number of personnel in key disciplines to
accomplish field and office activities considering the firm's
commitment to the Government and its repetitive daily clients. d. Past
performance on Department of Defense (DOD) and other contracts with
respect to cost control, quality of work, compliance with performance
schedules, and cooperativeness. e. Geographic location of the firm and
knowledge of the Texas coast because of the potential for extensive
travel throughout the Galveston District by survey crews. f. Knowledge
and familiarity with the Texas State Plane Coordinate System. g.
Extent of participation of Small Business (SB), Small Disadvantaged
Business (SDB), historically black colleges and universities, and
minority institutions in the proposed contract team. h. 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 completed US Government Standard Form
(SF) 255 (11/92 edition is the only one that will be accepted) and two
current (dated within the last 12 months) copies of SF 254 (11/92
edition is the only one that will be accepted) for the prime contractor
and each subcontractor and/or consultant. Submittals shall be mailed to
the address above ATTN: A-E Contract Coordinator or for special street
delivery 2000 Fort Point Road, Galveston, Texas 77550. Submittals must
be received in this office no later than 4:00 P.M. Central Daylight
Savings Time (CDST) thirty (30) calendar days after the date of
appearance of this announcement in the Commerce Business Daily (CBD).
If the 30th day is a Saturday, Sunday or Federal holiday, the deadline
is no later than 4:00 P.M. CDST the first workday thereafter. SF 255's
and SF 254's received after the time and date will not be considered.
Only those firms responding to this announcement will be considered.
Qualification data submitted must demonstrate the ability and technical
expertise of the firm and its staff to perform the survey services
described in this announcement. Additional information requested of
each firm responding: (1) Indicate in block 3 the Contractor's
Establishment Code (CEC) and Tax Identification Number (TIN) (if
available) of the firm identified in block 3. (2) Provide in block 3a
telefax number (if any). (3) List in the appropriate block prior names
of the firm used in the past three years including parent company,
branch offices, affiliates, associates, and subsidiaries. (4) Provide
in block 7 resumes of ALL personnel who will be involved, state their
respective function and indicate their experience in that function. (5)
Provide in block 10 a detailed current equipment list by brand name and
type of survey instruments and systems; boats; skiffs; vehicles;
computer hardware and software; proposed CADD system and how it will be
compatible with the Galveston District's Microstation; etc. (6) List in
block 10 all DoD contracts awarded to the firm and its affiliates
during the last one year along with the dollar amount and completion
date of each award. (7) Discuss in block 10 why the firm is especially
qualified to provide surveying and mapping services. Firms responding
with multiple offices:(a) Indicate personnel strength in block 4 by
office. (b) Indicate the office which completed each of the projects
listed in block 8. (c) List which office is under contract for any of
the contracts listed in block 9. Provide a statement in block 10 to the
effect that the firm is or is not a small business, small disadvantaged
business, or woman-owned business. For the purposes of this
procurement, small business is defined as a concern, including its
affiliates, having average annual receipts for its preceding three
fiscal years not in excess of $2,500,000. (8) Block No. 10 shall be
limited to twenty pages maximum. All information must be included on
the SF 255 (cover letter and other attachments will not be considered
in the evaluation process). Telegraphic and facsimile SF 255's and SF
254's will not be accepted. Personal interviews may not be scheduled
prior to selection of the most highly qualified firms. This is not a
request for proposal. See Note 24. (0114) Loren Data Corp. http://www.ld.com (SYN# 0073 19970428\R-0014.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|