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