|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 8,1998 PSA#2069US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New
Orleans, LA 70160 C -- AUTOMATED REVETMENT SURVEYS ON THE MISSISSIPPI, ATCHAFALAYA AND
RED RIVERS SOL DACW29-98-R-0020 POC Contract Specialist, Glenda Perez,
504-862-1665 Automated Revetment Surveys on the Mississippi,
Atchafalaya and Red Rivers 1. CONTRACT INFORMATION: The New Orleans
District Corps of Engineers intends to contract for A-E services to
perform hydrographic surveys on the Mississippi, Atchafalaya and Red
Rivers. A firm fixed-price contract for a period of eight months is
scheduled for award in November 1998. This work will be performed
during the period of November 1998-June 1999. Estimated total cost of
the proposed services is between $500,000-$800,000. This announcement
is open to all businesses regardless of size. 2. PROJECT INFORMATION:
The New Orleans District requires Hydrographic surveys obtained using
Differential Global Positioning Systems (DGPS) and automated sounding
systems for its revetment and preconstruction surveys at selected
locations on the Mississippi, Atchafalaya and Red Rivers.
Pre-Construction revetment surveys shall consist of approximately 200
ranges over 4.0 miles of river bank at 1 proposed site on the
Atchafalaya river and 4 proposed sites on the Mississippi River.
Existing revetment surveys shall consist of approximately 14,500 ranges
over 275 miles of river bank at 85 sites on the Mississippi River and
approximately 2,500 ranges at 34 sites on the Atchafalaya River and at
3 sites on the Red River. Soundings will be provided at approximately
20 foot intervals on each range. Firms must indicate a capability of
using both multi-beam bathymetric and single transducer technology to
obtain hydrographic surveys. Overbank surveys will be made at all
preconstruction sites and major bank failures as described in the
contract. All survey data for each range, no matter how the data are
obtained shall be edited, combined, transmitted electronically (or
furnished on computer floppy disk), in the format specified in the
contract. CADD and/or chart requirements shall be furnished in the
format specified in the contract. 3. SELECTION CRITERIA: See Note 24
for general selection process. Selection evaluation factors in
descending order of precedence are: (1) Specialized experience and
technical competence in the type of work required: (2) Capacity, the
A-E shall list the availability of the following minimum personnel and
equipment: one registered land surveyor, one 4-person shore control
survey party, three 2-person hydrographic surveying crews, each
equipped with a minimum 18' survey boat with cabin, and with DGPS and
automated depth sound equipment, of which 1 crew is to be outfitted
with multi-beam system); (3) Past performance on contracts with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules, and a
quality control plan appropriate for the scope of work; (4)
Professional qualifications necessary for satisfactory performance of
required services; (5) Safety plan and performance (man-hours lost in
last 100,000 worked); (6) Geographic proximity of firm; (7) Volume of
DOD contract awards in the last 12 months as described in Note 24; (8)
Extent of participation of SB, SDB, historically black colleges and
universities, and minority institutions on the proposed contract team,
measured as a percentage of the estimated effort. Criteria 1 through
5 are primary. Criteria 6 through 8 are Secondary and will only be used
as a "tie breaker" among technically equal firms. 4. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must
submit 5 copies of SF 255, SF 254 and any other pertinent information.
The eight evaluation factors listed above must be addressed in block
10 of SF 255 for the prime contractor as well as all subcontractors and
consultants to the address below not later than the close of business
on the 30th day after the date of publication 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 block 3b of the SF255. For ACASS information, call
(503)326-3459. Overnight or courier type mail should be sent to the
following address: U.S. Army Corps of Engineers, New Orleans District,
CEMVN-CT-T, Attn: Glenda Perez, Foot of Prytania Street, New Orleans,
LA 70118-1030. Solicitation packages are not provided. This is not a
request for proposal. Refer to Announcement No. DACW29-98-R-0020.
(0096) Loren Data Corp. http://www.ld.com (SYN# 0019 19980408\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|