Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 16,1997 PSA#1847

U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Rm 821, Louisville, KY 40202-2230

C -- INDEFINITE DELIVERY CONTRACT(S) FOR SURVEY AND MAPPING SERVICES IN THE LOUISVILLE DISTRICT BOUNDARIES SOL W22W9K71275849 POC Hank Smith (502) 625-7634 1. CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract(s). The maximum amount of the contract shall not exceed $1,000,000, and no individual delivery order shall exceed $200,000.00. The contract base period is two years from the date of award. The government may extend this contract for one additional year with no additional dollars at the discretion of the government. A POSSIBLE SECOND CONTRACT MAY BE AWARDED FROM THIS SOLICITATION WITHIN NINE MONTHS AFTER THE AWARD OF THE FIRST CONTRACT. 2. PROJECT INFORMATION: The project consists of photogrammetric services, topographic mapping, horizontal and vertical control surveys The project consists of photogrammetric services, topographic mapping, horizontal and vertical control surveys, route location surveys, quantity surveys, land surveys, construction layout surveys, hydrographic surveys and geodetic surveys. These services will be used in the preparation of engineering design and construction layoutfor Louisville District activities within the Louisville District. The District is comprised of parts of Kentucky, Illinois, Indiana, Ohio, Michigan and Tennessee. All mileage computed in regard to a particular work order will be measured from the Louisville District office in Louisville, Kentucky. Areas outside of the Districts' boundary may be surveyed at the Government's discretion and upon agreement by the Contractor(s). Surveys require personnel and equipment necessary to obtain surveys of second and third order accuracy (NGS standards). Photogrammetric facilities must be capable of producing topographic mapping that conforms to the National Map Accuracy Standards. Hydrographic surveys capabilities must meet requirements of U.S. Army Corps of Engineers EM 1110-2- 1003 Hydrographic Surveying, dated 28 February, 1991. Equipment and personnel to be used in providing these services must be identified in the submittal. Hydrographic surveys shall use totally automated systems with the capability of positioning by use of a Differential Global Positioning System (DGPS). Firm(s) must also verify possession or ability to obtain backup positioning systems in the event that satellite transmission for DGPS positioning is interrupted, blocked or not available. All work is to be performed under the supervision of a Registered Land Surveyor. Firms must be able to submit survey and mapping data, such as 3D Microstation design files (*.dgn), typical field notes and data collection files, in Microstation format and DOS ASCII format on 3.5 inch diskettes formatted with MS-DOS or on CD-ROMS. In addition to the above formats, firms must have e-mail capability for project updates, status reports, file transfer abilities (FTP), etc. The government will only accept the final product, without conversion or reformatting, in the stated formats. Firms must have the capability of complying with the U.S. Army Corps of Engineers manuals EM-1110-1-1807, EM-1110-1-1000, EM-1110-1-1005, EM-1110-1-1004 & EM-1110-1-1002. Firms must also have the capability of complying with the Tri-Service Spatial Data Standards. Firms must have the capability of using the Global Positioning System (GPS) for geodetic control surveys, in addition to conventional surveying mapping instruments suitable for the stated accuracies. A detailed list of survey instruments indicating age, technical specifications (indicating compliance with the NGS standards for second and third order survey accuracies) brand name, and mechanical condition of all instruments must be furnished. Firms must provide resume(s) of all key personnel as requested below, and a summary of the capability for performing all surveying must be submitted. Item 4 of SF 255 shall identify personnel strength of the principle firm at the office where the work is to be accomplished. Additional personnel strength, including consultants, may be indicated in parentheses. No work will be performed under this contract by a sub-contractor unless that sub-contractor's qualifications have been submitted on an SF 255 in conjunction with this announcement. Firms shall select their sub-contractors based on qualifications only, governed by the Brooks A-E Act. The Corps of Engineers is firmly committed to the qualification-based selection process. Therefore, NO bidding to subcontract for surveying and mapping services will be done by the firms. Documentation of the selection process of the sub-contractor(s) is required. 3. SELECTION CRITERIA: Submittals will be evaluated against the general evaluation factors listed in Note 24 in descending order of importance. Specific selection criteria (a) -(d) being primary and (e) -- (h) being secondary) are as follows and must be documented with resumes in the SF 255. Resumes shall indicate registration, certification, training and education of individuals proposed for this project. Firms must provide two resumes that indicate the professional qualifications necessary for satisfactory performance of the required services in each field for the following individuals: (a) Professional Civil Engineer; Supervisory Professional Land Surveyor; Supervisory Cartographic Technician. Resumes identifying education, training and/or certification are also required for the following individuals: Three Stereoplotter Operators; Cartographic or CADD Technicians; and three groups of 3-person field parties are required. (b) Firms shall indicate specialized experience and technical competence in: 1. Field surveys (topographic and geodetic) 2. Aerial Photography by precise aerial mapping camera 3. Capabilities in geodetic surveying using GPS 4. Stereoplotter compilation 5. Analytical aero-triangulation 6. Photographic reproduction capabilities 7 . GIS- data development and system design compatible with the National Spatial Data Transfer Standards (SDTS) 8. Creation of 3D digital files, derived from both photogrammetric, field survey total stations and or hydrographic survey methods compatible with Microstation format 9. Hydrographic surveying capabilities 10 Digital orthophotography softcopy graphics aerial mapping from digital camera (c) Capacity to accomplish the work in the required time; if a branch office, its capacity to perform independently of the main office. (d). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. (e). Superior performance evaluations on recently completed DoD contracts. (f). Geographical location and knowledge of the locality of the project. (g). Volume of work of DOD contract awards within the last 12 months as described in Note24. (h). Extent of participation of Small Business, Small Disadvantaged Business (SDB), Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) in the proposed contract team, measured as a percentage of the estimated effort. In addition, a brief Design Management Plan including an explanation of the firms' management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the inter-relationship of management and various team components (including sub-contractors) must be shown in paragraph 10 of the SF 255. 4. Submittal Requirements: See Note 24 for general submission requirements. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF 255. All firms responding to this announcement will be notified of their respective status within 10 days after approval of any selection. Firms which are interested and meet the requirements described in the announcement are invited to submit one completed SF 255 U.S. Government A/E and Related Services for Specific Project to the office shown above. All responses on SF 255 to this announcement must be received no later than 4:30 pm Local Time on the 30th calendar day after this publication date to be considered for selection. All responding firms which do not have a current SF 254 (within the past 12 months) on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF 254. NO OTHER INFORMATION INCLUDING PAMPHLETS OR BOOKLETS IS REQUESTED OR REQUIRED. No other general notification to firms under consideration for this project will be made and no further action is required. This is not a request for proposals. (0134)

Loren Data Corp. http://www.ld.com (SYN# 0028 19970516\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page