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