|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1997 PSA#1885U.S. Army Engineer District, Chicago, Corps of Engineers, 111 North
Canal Street, Chicago, Illinois 60606-7206 T -- INDEFINITE DELIVERY TYPE ACHITECT ENGINEER CONTRACT FOR
HYDROGRAPHIC SURVEYING SERVICES WITHIN THE CHICAGO DISTRICT U.S. ARMY
CORPS OF ENGINEERS SOL NA POC Technical Point of Contact -- Robert F.
Behrns (312)353-6400 Ext. 3045 1. CONTRACT INFORMATION: Architect
Engineer Services are required for an Indefinite Delivery Type contract
to provide Hydrographic Surveying Services in Northeastern Illinois and
Northern Indiana. Contract will consist of individually negotiated work
orders not to exceed $150,000 each, with a cumulative total not to
exceed $500,000 during a one year period, with an option to renew the
contract for two additional one year periods. Minimum guaranteed amount
of the initial contract will be $10,000.00 for the base contract year
and $5,000.00 for each option year. This procurement is open to all
businesses, regardless of size (UNRESTRICTED). 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 subcontracting goals for this contract are
a percentage of the contractor's intended subcontract amount to be
placed with small businesses (SB), including small disadvantaged
businesses (SDB), and women owned small business (WOSB). The plan is
not required with this submittal. Expected award of this contract is
January 1998. The wages and benefits of service employees (see Far
22.10) performing under these contracts must be at least equal to those
determined by the Department of Labor under the Service Contract Act.
2. PROJECT INFORMATION: Work includes hydrographic surveying for river
and harbor navigation, beach/shoreline studies and coastal structure
surveys. Work will require differential Global Positioning System (GPS)
and conventional survey techniques. Maps and drawings must be submitted
hard copy F-size drawings, and Intergraph Microstation 95 format. 3.
SELECTION CRITERIA: See Note 24 for general selection process. Firms
must demonstrate in their submission the ability to meet the following
requirements, listed in relative order of importance (first by major
criterion and then by each sub-criterion). Criteria a-e are primary.
Criteria f-h are secondary and shall only be used as "tie breakers"
among technically equal firms, these criteria are weighted equally. a.
Specialized experience and technical competence: (1) To perform
hydrographic and bathymetric surveys, by electronic methods, in
accordance with the standards set forth in EM 1110 2 1003, Hydrographic
Surveying and EM 1110-1-1005, Topographic Surveying for: (a) Lake,
river and harbor navigation condition surveys. (b) Beach, shoreline and
riverbank erosion topographic surveys. (c) Multibeam hydrographic
surveys. (d) Marine structure surveys. (e) Side scan sonar surveys. (f)
Horizontal and vertical control surveys. (g) River cross section
surveys. (2) Own or lease an automated hydrographic survey vessel(s)
capable of being trailered to and operate on Chicago District
waterways. The vessel must be equipped with: (a) full motion
compensation. (b) Shallow water acoustic imagery from a single
transducer. (c) Be multi-beam and sidescan sonar capable. (3) Own or
lease static/kinematic GPS equipment capable of subcentimeter
measurement accuracy and conduct surveys in accordance with EM
1110-1-1003, NAVSTAR Global Positioning System Surveying for: (a)
Static surveys. (b) Fast/Rapid static (stop and go kinematic) surveys.
(c) On the fly kinematic surveys. (4) Ability to deliver digital data
in the following formats: (a) Intergraph Microstation version 95. (b)
Intergraph Inroads/Inexpress. (c) ASCII data point files compatible
with Intergraph. b. Professional Qualifications. (1) Professional
Engineer in Illinois and/or Indiana. (2) Professional Land Surveyor in
Illinois and/or Indiana. (3) Experienced Engineer Technicians and
Survey Technicians to perform field work. (4) Experienced CADD
personnel. (5) Hazardous Toxic Waste (HTW) certification as required by
EM 385-1-1, U.S. Army Corps of Engineers Health and Safety Requirements
Manual dated September 3, 1996, 29 CFR 1920.120 OSHA and 29 CFR 1926.65
OSHA, information regarding such experience should be included in Block
7 and Block 10 of SF 255. c. Capacity to accomplish the work in the
required time and the ability to perform two $50,000 work orders within
a 6 month period. d. Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. e. Knowledge of the locality of the projects and
location of the firm in the general geographical area of the project
and USGS coordinate systems in the states of Illinois and Indiana. f.
Volume of DoD contract awards in the last 12 months as described in
Note 24. g. Geographic proximity to the nine county area of the Chicago
District. Cook, DuPage, Lake, Kane, McHenry and Will Counties in
Illinois. Lake, LaPorte and Porter Counties in Indiana. h. 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 estimated effort. 4. SUBMISSION REQUIREMENTS: See
Note 24 for general submission requirements. Firms which meet the
requirements of this announcement are invited to submit in duplicate
two completed copies of SF 255 and SF 254 (November 1992 Edition only)
to the address below not later than close of business on the 30th day
after the date of this announcement. A separate SF 254 is required for
each subcontractor. A E firms shall indicate their business size in
Block 3 of Standard Form 255. Include ACASS number in Block 3b. Call
the ACASS Center at 503 326 3459 to obtain a number. In Block 10 of the
SF 255, describe the firm's overall design quality management plan,
including management approach, coordination of disciplines and
subcontractors, and quality control procedures. Information on number
of personnel and past job experience provided in the Standard Form 255
shall reference the firm or local office providing the service and all
designated subcontractors. Supplemental information regarding
specialized experience and equipment should be included in Block 10 of
SF 255. If the 30th day is a Saturday, Sunday, or Federal holiday, the
deadline is the close of business of the next business day. Responding
firms must indicate the number and dollar amount of Department of
Defense contracts awarded in the 12 months prior to this notice. SIC
Code for this procurement is 8713, small business is classified as
under $2,500,000 in annual receipts for the last three years average.
Annual receipts of a concern which has been in business for three or
more complete fiscal years means the annual average gross revenue of
the concern taken for the last three fiscal years. No additional
contract information will be given to firms. Phone calls are
discouraged unless absolutely necessary. SF 254s and SF 255s are to be
submitted to: US Army Engineer District, Chicago, ATTN: Contracting
Officer, 111 North Canal Street, Chicago, IL 60606-7206. Solicitation
packages are not provided. This is not a Request for Proposal. (0190) Loren Data Corp. http://www.ld.com (SYN# 0113 19970711\T-0004.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|