|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1998 PSA#2088USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39180-3435 C -- PROFESSIONAL SERVICES IN CONNECTION WITH AUTOMATED HYDROGRAPHIC
SURVEYING IN SUPPORT OF THE VICKSBURG DISTRICT'S DREDGING PROGRAM SOL
W807PM80981366 DUE 060198 POC Jeri McGuffie, Contract Specialist,
601/631-5357 WEB: Vicksburg Consolidated Contracting Office Home Page,
http://www2.mvk.usace.army.mil/contract/. E-MAIL: Jeri McGuffie,
b4ctcjhm@smtp.mvk.usace.army.mil. Professional Services are required in
connection with Automated Hydrographic Surveying in support of the
Vicksburg District Dredging Program for a period of 365 days from date
of award or from the date of issuance of the first delivery order,
whichever is later at various locations primarily within the limits of
the Vicksburg District but may include adjacent Districts. Automated
line-of-site hydrographic surveys and/or Real-Time Differential GPS
Surveys will be required on the Mississippi River, its tributaries, and
smaller streams and associated harbors. Work will be accomplished under
an indefinite delivery contract not to exceed $400,000 by the issuance
of individual delivery orders not to exceed $150,000 each.
Preselection will be based on the following criteria which are of equal
importance: A. Firm must demonstrate (via submissions with response to
synopsis) recent (within two years) experience in automated
line-of-sight hydrographic surveying and/or Real-Time Differential GPS
Hydrographic Surveying. B. Firm must demonstrate the capability to
provide routine work in a timely, professional manner and in a format
consistent with Corps of Engineers drafting and surveying standards by
submission of examples of completed work. C. Firm must clearly
demonstrate the capability to furnish a minimum of two complete and
independent automated line-of-sight hydrographic survey parties and/or
Real-Time Differential GPS Surveying Parties with all necessary
equipment and supplies, including boat. D. Firm must clearly indicate
the capability in writing or through demonstration, if required, to
respond on short notice (less than 12 hours) to emergency dredging
requirements. This includes travel to the job site, completion of field
work, field plotting of information, and setting of survey control
points for dredge alignment as directed. Selection shall be based on
the following criteria which are in descending order of importance with
A and B being of equal value: A. Specialized Experience, with
subfactors in descending order of importance: (1) Firms must have prior
recent (within two years) experience in automated line-of-sight
hydrographic surveying and Real-Time Differential GPS Hydrographic
Surveying in streams ranging in size from the Mississippi River to
small creeks and canals. (2) Firm must have prior recent (within two
years) experience in topographic, construction, and dredging surveys.
(3) Firm must have prior recent (within two years) experience in
horizontal and vertical control surveys. B. Capacity, with subfactors
in descending order of importance: (1) Firms must clearly demonstrate
the ability to respond to emergency dredge alignment survey
requirements which may require commencement of field work on less than
12 hours notice, onboard and/or real-time plot of unedited data,
analysis of plotted/graphed/printed data, setting of dredge alignment
points with determination of coordinates, and may require submittal of
final plotted survey within 48 hours of completion of field work. (2)
Firms must clearly demonstrate the accuracy and speed of data
collection, editing, processing, plotting, and output of final
submission. (3) Firms must clearly demonstrate the availability of all
incidentally required equipment such as tools, markers, stakes, paint,
boats, vehicles, spare units, etc. C. Professional Qualifications, with
sub-factors in descending order of importance: (1) Firms must have at
least one registered land surveyor. (2) Firms must delineate the
capability, background, and experience of the key personnel within the
firm who will be responsible for the administration of the contract
and should indicate the ability to insure the successful performance of
the work required. (3) Firms must clearly demonstrate the availability
of adequate numbers of experienced personnel to perform the various
tasks associated with automated line-of-sight hydrographic surveys,
Real-Time-Differential GPS Surveys, and with dredge alignment surveys.
D. Past Performance, with subfactors in descending order of
importance: (1) Consideration will be given to ratings on previous DOD
contracts. (2) Consideration will be given to the performance of firms
which have experience with other than DOD organizations in the type of
work required under this contract and work of similar nature,
complexity, and difficulty. E. Location: consideration will be given to
proximity of home office or field office to the Vicksburg District
Offices. F. Amount of Work: Consideration will be given to the amount
of work with DOD at present. In the final selection process, three or
more firms will be chosen for interviews before the final selection is
made. If approval is granted, two option years may be included in the
resulting solicitation prior to negotiation. Responses will be
considered that are received by or postmarked no later than 01 June 98.
Responding firms should send Standard Form 254 (if not already on file)
and Standard Form 255 and appropriate data as described in Note 24
marked for ATTN: Vicksburg Consolidated Contracting Office, Jeri
McGuffie, CEMVK-CT-C, 4155 Clay Street, Vicksburg, MS 39180-3435. All
interested large business concerns responding to the above announcement
are expected to submit a subcontracting plan in accordance with FAR
19.7 as implemented by DOD FAR Supplement 219.7, offering
subcontracting opportunities to small business concerns and small
disadvantaged business concerns to the maximum practicable extent
consistent with the efficient performance of the contract. The
subcontract plan must separately address subcontracting with small
business and with small disadvantaged business concerns. The plan shall
separate goals for the basic contract and each option year. Total
subcontracting may include a proportionate share of products and
services that are normally allocated as indirect cost. Questions
relative to the submittal of a subcontracting plan may be directed to
Shirley Reed, Deputy for Small Business, at (601) 631-5347. All other
calls should be directed to Jeri McGuffie (601) 631-5357. This is not
a request for proposal. See Note 24. (0121) Loren Data Corp. http://www.ld.com (SYN# 0023 19980505\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|