Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1997 PSA#1918

U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004

C -- INDEFINITE DELIVERY A-E CONTRACTS FOR PHOTOGRAMMETRIC MAPPING AND AERIAL PHOTOGRAPHY POC Rosanne Spencer 309/794-5239 or Bonnie R. Donelson 309/794-5241 1.CONTRACT INFORMATION: Services of qualified A-E firms are sought to provide Aerial Photography, Remote Sensing, Aerotriangulation, Large and Small-Scale Topographic Maps, and Landuse/Landcover Mapping for the Rock Island District, U.S. Army Corps of Engineers. At least two contracts will be negotiated and awarded. The solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. Contracts will consist of individually negotiated work orders not to exceed $250,000 each, with a cumulative total not to exceed $1,000,000 during one year period, with an option to extend for two additional years. Contractor is guaranteed no less than $20,000 the first year and $10,000 for each of the option years, if extended. If concurrent multiple contract awards are made, work orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firm, the nature of the work involved in the delivery order, the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. None of the projects have been authorized for design and funds are not presently available for any contracts (see FAR 52.232-18). The first contract is anticipated to be awarded in February 1998 with the remaining contract to be awarded approximately one (1) year thereafter. The 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 sub-contracting goals for each contract are that a minimum of 35% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), 8.5% be placed with SDB and 3.0% with woman-owned small businesses. The plan is not required with this submittal. II. PROJECT INFORMATION: Work will be for mapping and aerial photography of sites for the U.S. Army Corps of Engineers and other Local, State, and Federal agencies such as, but not limited to: U.S. Army CE, U.S. Environmental Protection Agency, Department of Defense, Department of the Interior, NOAA, DOT, etc. While services will primarily be for areas within the geographical boundary of the Rock Island District (IA, IL WI, MN, MO), they may also be required for selected areas throughout the United States. Photogrammetric requirements will consist of aerial photography, analytical aerotriangulation, stereomapping compilation, orthophotography. III. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are limsted in descending order of importance (first by major criterion and then by sub-criterion). Criteria A through D are primary. Criteria E and F are secondary and will only be used as a "tie-breaker," if necessary, in ranking most highly qualified firms. A. Specialized Experience and Technical Competence: (1) experience in photogrammetric production; (2) photogrammetric equipment including owning or leasing airworthy aircraft, currently certified precision aerial mapping camera, photographic lab for reproducing aerial photographic and mapping products, hardware and software to perform fully analytical aerotriangulation, analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DTM, DEM data collection and manipulation of terrain data, digital data editing facilities, ability to provide orthophoto products (hardcopy and digital), and airborne GPS capabilities for aircraft navigation and photo control; (3) technical production expertise consistent with utilization of photogrammetric equipment: (4) capability to collect and deliver digital data (2D and 3D) properly formatted on appropriate media; (5) ability to acquire and utilize remotely sensed data to incorporate into existing mapping data bases and/or generate thematic maps; (6) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image interpretation to detect landuse and change analysis utilizing digital softcopy techniques and manually via hardcopy; (7) contractor facilities must have capability to deliver digital data on CDROM, optical rewritable disks, 5.25 high density floppy disks and 3.5" (1.0 MB) micro disks. Digital data must be readable and fully operational with U.S. Geological Survey DLG-3, AutoCAD, ARC/INFO (GIS), ERDAS, MIPS, GRASS and Intergraph system formats. B. Capacity to Accomplish the Work: (1) capacity of firm to furnish equipment and personnel to accomplish work as required to maintain delivery of a quality product on a timely schedule; (2) ability to provide necessary survey equipment (GPS and conventional) and personnel to accomplish airborne global positioning system (ABGPS) controlled photogrammetry on a timely schedule. C. Professional Qualifications: The evaluation is to consider education, training, registration, overall and relevant experience, longevity with the firm and personnel strength. D. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. E. SB and SDB Participation: 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. F. Volume of DOD Contract Awards: Volume of DOD contracts awarded in the last 12 months as described in Note 24. IV. SUBMISSION REQUIREMENTS: Qualified firms desiring consideration shall submit 1 copy of the SF 255 (11-92 Edition) incuding organizational chart of key personnel to be assigned to this project, a current SF 254 (11-92 Edition) and any subcontractor's current SF 254 to this office within 30 calender days from this announcement. Firms ACASS No. is to be shown on SF 255, Block 22b. (Call ACASS Center 503-808-4591 for number.) The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated in Block 9 of SF 255. Responding firms are required to clearly identify tasks to be performed in-house and those to be subcontracted. Firms must submit the names and supporting qualifications data of all subcontractors. Firms which do not comply with requirements will be considered non-responsive. No other general notification to firms under consideration for this project will be made and no further action is required. This procurement is Unrestricted. The SIC Code is 8713. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. (0237)

Loren Data Corp. http://www.ld.com (SYN# 0022 19970827\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page