|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 6,1997 PSA#1945U.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 ENGINEERING AND LAND
SURVEYING SERVICES POC Janet L. Hancks (309)794-5443 or Bonnie R.
Donelson (309)794-5241 I. CONTRACT INFORMATION: Services of qualified
A-E firms are sought to provide Engineering and Land Surveying for the
Rock Island District, U.S. Army Corps of Engineers. At least two
Indefinite Delivery 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
March 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 subcontracting goals for each contract are that a minimum of 55% 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. Service Contract Act (FAR 22.10)
Rates will be applicable. II. PROJECT INFORMATION: Types of surveys
will include horizontal and vertical control, cross sections, property
boundary, and minor hydrographic. Services will primarily be for areas
within the geographical boundary of the Rock Island District (IA, IL,
WI, MN, MO), but they may also be required for selected areas
throughout the United States. Task orders may include topographic
surveying and mapping and boundary surveying delivered as digital
databases. Total station three dimensional (3-D) data collection
techniques will be required, including breakline technology (TIN/DTM
compilation); and locating and verifying both above and below ground
utility systems. Boundary surveys will also be required, and may
include courthouse research (adjoiners, outgrants and easements), and
licensed land surveying. Global Positioning System (GPS) surveying will
be required utilizing static, fast static and kinetic procedure to
obtain three-dimiensional coordinate values. Projects may involve
locating underground utilities using all available means (e.g. radio
frequency locators), National Maps Accuracy Standards or control survey
standards may be required for all deliverables. III. SELECTION
CRITERIA: See Note 24 for general selection process. The selection
criteria are limited in descending order of importance (first by major
criterion and then by sub-criterion). Criteria A through E are
primary. Criteria F through H are secondary and will only be used as a
"tie-breaker," if necessary in ranking most highly qualified firms.
SELECTION CRITERIA are: A. Recent specialized experience and technical
competence of the firm (including consultants) in (1) Topographic
surveying and mapping as described above. (2) Boundary surveying and
courthouse research as described as above. (3) GIS and Computer Aided
Drafting and Design (CADD) and ability to produce CADD deliverables
fully compatible with one of the following: Intergraph NT System 5
Microstation 32 (version 5.0 or later) Intergraph MS-DOS Microstation
PC(version 5.0 or later) and GIS deliverables compatible with IRASC,
GIS(MGE) and modules, ARC/INFO GIS (version 7.0 or later) and all
models, SOLARIS and SUN/OS. (4) Utilization of latest technology which
improves efficiency of effort, e.g., electronic leveling instruments.
(5) Locating above and below ground utilities. (6) Producing quality
products as evidenced by the firm's quality control procedures outlined
in the Management Plan. (7) Effective coordination and management of
the project team, including consultants as outlined in the Management
Plan. B. Professional qualifications and specialized experience in
providing services similar to those listed above of the proposed team
members in the following disciplines: land surveying (licensed); survey
party chief; GIS specialist and CADD specialist. C. Capacity to
accomplish the work in the require time, including adequate equipment
and the ability to provide two or more survey teams at a time. D. Past
performance on previous contracts with respect to cost control,
quality of work, and compliance with performance schedules. E.
Knowledge of the local conditions, such as topographic features,
climatic conditions, local laws and regulations. F. Location with
respect to the general geographic area of the District to provide good
work coordination. G. 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. H. Volume of DOD contract awards in the last 12 months with the
object of effecting an equitable distribution of DOD A-E contracts
among qualified A-E firms as described in Note 24. IV. SUBMISSION
REQUIREMENTS: Qualified firms desiring consideration shall submit 1
copy of the SF 255 (11-92 Edition) including 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 calendar 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.
Personal visits for this solicitation will not be scheduled. (0274) Loren Data Corp. http://www.ld.com (SYN# 0010 19971006\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|