|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 2,1998 PSA#2003U.S. Army Engineer District Detroit, 477 Michigan Ave., Detroit, MI
48226 T -- HYDROGRAPHIC SURVEYING AND MAPPING SERVICES POC Marilyn Hill,
(313) 226-6431. Hydrographic surveying and mapping services, procured
in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are
required for various projects within the Great Lakes and Ohio River
Division boundaries or as directed. One indefinite delivery contract
will be negotiated and awarded with a base period not to exceed one
year and two option periods not to exceed one year each. The amount of
work in each contract period will not exceed approximately
$600,000.00. An option period may be exercised when the contract amount
for the base period or preceding option period has been exhausted or
nearly exhausted. Individual, fixed-price delivery orders will not
exceed $600,000.00 and the annual ceiling for the base year and the
option years of the contract is $600,000.00 each. This 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 the
Detroit District are that a minimum of 55% of a contractor's intended
subcontract amount be placed with small businesses (SB), to include
8.5% with small disadvantaged businesses (SDB), and 3% with women-owned
small businesses (WOSB). The detailed subcontracting plan is not
required with this submittal. The wages and benefits of service
employees (see FAR 22.10) performing under this contract must be at
least equal to those determined by the Department of Labor under the
Service Contract Act. 2. PROJECT INFORMATION: Hydrographic surveying
and mapping services for condition of navigation projects, dredging
projects, and shoreline erosion studies. Perform multi-beam sounding
surveys. Work will require Differential Global Positioning System
(DGPS) and conventional survey techniques. Perform volume computations
of materials. Establish vertical and horizontal control at project
sites. Perform topographic surveys of shoreline areas or marine
structures and merge with hydrographic data. Map the results of surveys
and provide hard copy E-size drawings and Intergraph design file
(.dgn), version 4.0 or later format. 3. SELECTION CRITERIA: See Note 24
for general A/E selection process. The selection criteria are listed
below in descending order of importance (first by major criterion and
then by each sub-criterion). Criteria a-e are primary. Criteria f-h are
secondary and will only be used as "tie-breakers" among technically
equal firms. (a) Specialized Experience and Technical Competence in: 1.
Hydrographic surveying and mapping expertise related to condition
surveys and dredging projects. 2. Performing volume computations using
hydrographic survey data. 3. Performing multi-beam sounding surveys.
4. Merging topographic and hydrographic survey data. 5. Establishing
vertical and horizontal control at project sites in support of
hydrographic surveys. 6. Own or lease an automated hydrographic survey
vessel of 18-30 foot length capable of being trailered to and
operating in waterways of the Great Lakes. 7. Own or lease DGPS
equipment capable of positioning the survey vessel within Class I
horizontal accuracy as described in EM 1110-2-1003, "Hydrographic
Surveying" manual. 8. Ability to deliver CADD drawings in Intergraph
design file (.dgn), version 4.0 or later format. (b) Professional
Qualifications: Personnel shall be qualified in the following
disciplines: hydrographic surveyors, survey party chiefs, engineering
technicians, and senior CADD personnel. The evaluation will consider
education, training, certification, registration, and experience. (c)
Past performance: On DoD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules.
(d) Capacity: The capacity of the firm to perform approximately
$600,000.00 in work of the required type in a one-year period. The
evaluation will consider the availability of an adequate number of
personnel in the key disciplines listed in para. (b) Professional
Qualifications above. (e) Knowledge ofvertical and horizontal control
datums utilized in the Great Lakes region. (f) Extent of participation:
Small businesses, small disadvantaged businesses, historically black
colleges and universities, and minority institutions in the proposed
contract team, measured as a percentage of the total estimated effort.
(g) Geographic proximity: Location of the firm in the general
geographical area of the Detroit District. (h) Volume of DoD Contract
Awards: Awards in the last twelve months as described in Note 24 and
specified in block 10 of the SF 255. 4. SUBMISSION REQUIREMENTS: See
Note 24 for general submission requirements. Interested firms having
the capabilities to perform this work must submit two copies of SF 255
(11/92 edition), and two copies of SF 254 (11/92 edition) for the
prime firm and all subcontractors, to the above address not later than
the close of business on the 30th day after the date of this
announcement. If the 30th day is a Saturday, Sunday, or Federal
holiday, the deadline is the close of business of the next business
day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS
information, call (503) 326-3459. In SF 255, Block 10, describe owned
or leased equipment that will be used to perform this contract, as well
as all related capabilities to meet the project requirements as
outlined above. Solicitation packages are not provided. This is not a
request for proposal. This procurement is UNRESTRICTED. (0364) Loren Data Corp. http://www.ld.com (SYN# 0045 19980102\T-0004.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|