Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 6,1997 PSA#1945

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 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