|
COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1997 PSA#1878U.S. Army Engineer District, San Francisco, COE, Attn: CESPN-CT, 333
Market Street, Room 704, San Francisco, CA 94105-2197 C -- INDEFINITE DELIVERY ORDER CONTRACT FOR PERFESSIONAL SERVICES SOL
DACW07-97-R-0010 DUE 072597 POC Thomas Stallings, (415) 977-8518 or
Keiso Morimoto at (415) 977-8569 This proposal is unrestricted and open
to both small and large bussiness participation. This Indefinite
Delivery Order Contract for professional surveys of construction and
planning projects located within the San Francisco District Corps of
Engineers jurisdictional boundaries which include San Francisco north
to the Oregon border and south to San Luis Obispo. Services shall
include all types of land surveys, hydro surveys, photogrammetry,
mapping and plotting of survey results, computation of earthwork
quantities, and other related survey services. All hydrographic survey
work shall be performed to Class I specific standards in Corps of
Engineers Hydrographic Survey Manual, EM 1110-2-1003. Officers and crew
must have a current, valid USCG license or correctly endorsed document
as reuired bythe USCG. All vessel(s) must comply with all U.S. Coast
Guard safety regulations and be able to operate in restricted
maneuvering areas, rivers, open bay waters and offshore entrance
channels. The principal of the firm and all party chiefs must be
licensed surveyors or civil engineers licensed to practive surveying in
the State of California. The Contractor shall be responsible for
accomplishing surveys and preparing drawings using computer-aided
design and drafting (CADD) and delivering hte drawings in (1) Autodesk
AutoCAD CADD software, release 13 (and/or higher), MS-DOS/Windows,
and/or (2) Intergraph MicroStation NT software, release 5.0 (or
MicroStation 95), Windows NT, version 3.51 (or higher), electronic
digital format. The Government will only accept the final product for
full operation, without conversion or reformatting, in the target CADD
software format, and on the target platform specified herein. The
target platform is a 586 Pentium-133 workstation with a MS-DOS/Windows,
version 6.22/NT 3.51 or 95 for AutoCAD, a TD 30 workstations with a
Windows NT, version 3.51 operating system for Intergraph. The
applicable SF 254 experience profile code is 102. Item 4 of Form 255
shall indicate personnel strength of the principal firm at the office
where work is to be accomplished. Additional personnel strength,
including consultants, may be indicated parenthetically. In order to be
considered for selection, you must note in Block 10 of the SF 255 all
DOD contracts awarded to your firm and all affiliates (do not include
consultants) during the last 12 months along with the dollar amount of
the awards and the total amount awarded. 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
requirement for a subcontracting plan on that part of the work it
intends to subcontract. The plan is not required with this submittal.
The A-E Selection Board will use a numerical scoring system to
establish maximum sores for each firm on each of the six evaluation
criteria stated in relative order of importance in Note 24. Criteria 1
thru 5 are primary. Criteria 6 thru 8 are secondary and will only be
used as "tie-breakers" among technically equal firms. The following
sub-criteria for the primary criteria 1 through 5 (which are all equal)
shall be evaluted. 1) Professional Capabilities: The evaluation will
consider education, and overall and relevant experience. 2) Specialized
Experience: The evaluation will consider the following: (a) Documented
experience in land and hydro surveying utilizing state-of-the-art
automated equipment and methods such as differential GPS,
photogrammetry, and digital terrain models. (b) Automated hydrographic
survey systems to include as a minimum computerized system interfaced
with the following equipment: electronic positioning equipment (x,y,z
data collection in real-time); digital/analog depth recorder; hull
mounted, dual frequency (28 khz and 200 khz), 4 degree or less beam
width, transducer(s); on-board plotter; automatice tide gage update
display; and line track indicator. Navigation software capable of
plotting vessel location once each second, record 10 soundings per
second, process the hydrographic data in "real-time", review cross
sections immediately after completing each survey line, and update tide
readings; post plot software capable of accurately editing field surcey
data and producing quality plan plots, cross section plots and reliable
volume quantity computations. Differential Global Positioning System
(DGPS) to be used as the primary navigation system, capable of
achieving Class 1 (sub-meter) accuracy with conventional (meter level
accuracy) laser range-azimuth and range-range systems to be available
as backup, secondary positioning systems. The location of boats with
this equipment relative to San Francisco District geographical
boundaries as further defined in criteria No. 5 below will also be
considered as part of subcriteria (b). (c) prior team experience with
significant sub-contractors. 3) Capacity to Accomplish the Work in the
Required Time: The evaluation will consider total vessels, equipment
and personnel strength of key disciplines for the proposed team
including subcontractors and consultants in relation to the firm's
projected workload for the contract period of performance. 4) Past
Performance: Past performance on DOD and other contracts with respect
to cost control, quality of work, and compliance with performance
schedules. Also past performance on previous sub-contracting plans
(offerors must provide performance data on previouse subcontracting
plans for evaluation purposes.) 5) Knowledge of Locality: The
evaluation will consider the firm's knowledge of wind, wave conditions,
tidal currents in the San Francisco District's geographic boundary
through experience in the geographic boundary which extends from the
Oregon border south to San Luis Obispo and east to the Sacramento/San
Joaquin Valleys. 6) Extent of participation of SB, SDB, historically
black colleges and universities, and minority institutions in the
proposed contract team, measured as a percentage of the total estimated
effort. 7) Volume of DOD contract awards the last 12 months as
described in Note 24. 8) Geographic Location: Location of the essential
staff for this project (or commitment to locate) in the general
geographical area of the projects. Firms desiring consideration must
submit SF 254 (if not already on file), and a SF 255 within 30 calendar
days from the date of this notice. An indefinite delivery order
contract is expected to be awarded for a 12 month period starting on or
about 97 Dec 01. Cumulative total for all task orders will not exceed
$500,000.00 for the term of the contract and each task order shall not
exceed the annual contract amount. This contract may be renewed for a
two additional year period with an additional ceiling of not to exceed
$500,000.00. If contract amount for base year period or preceding
option period has been exhausted or nearly exhausted, and option can be
exercised prior to expiration of contract period. This is one of two
surveying contracts -- criteria to be used in allocating orders among
the contracts is a fifty-fifty split. At the time a specific
requirement becomes known, a scope of work will be provided to the
Contractor and a final price for the particular work may be negotiated
in accordance with the contract terms. Further information may be
obtained by contacting Keiso Morimoto at (415 977-8569. Firms desiring
consideration shall submit appropriate data as described in numbered
not 24. This is not a request for proposal. (0176) Loren Data Corp. http://www.ld.com (SYN# 0031 19970701\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|