Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, CENAN-EN-MR 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0900

C -- IDC CONTRACTS FOR PRIMARILY GIS, CADD, REMOTE SENSING, PHOTOGRAMMETRY, SURVEYING, AND MAPPING AND RELATED ENGRG, PLANNING AND DESIGN SERVICES WITHIN NAD BOUNDA SOL CBAEEN8-212-0017 POC Willien Cunningham, Procurement Assistant 212-264-9123. Location of work: Within the United States for Army Corps of Engineers activities. Scope of services required: Services required include: a) ARC/INFO, ArcView, Intergraph MGE, MicroStation, and AutoCAD MAP database design, data capture (scanning and digitizing), attribution, translation between GIS systems, and the integration of GIS technology with other engineering systems and analysis models, b) GIS training, consulting, and technical on-site support for each of the above mentioned GIS systems, c) aerial and satellite data image acquisition (conventional and digital photography, including multispectral scanners), d)data acquisition and photo interpretation for land use/cover, geological, and wetland delineations, e) image processing using ERDAS Imagine, f) photogrammetric mapping (including analytical triangulation, digital orthophotography production, stereo compilation, and terrain modeling), g) application support and programming services in AML, MDL, Avenue, AutoLISP, C, and object-oriented development tools, h) softcopy feature extraction and visualization, i) airborne GPS and ground-based GPS surveys, j) vegetation, bathymetric, aquatic habitats, aquatic sediment, and groundwater mapping, and k) general planning, engineering, and NEPA compliance services for military installation and civil works requirements. These services will be provided under two indefinite delivery contracts. The cumulative amount of all delivery orders for each contract will not exceed $1,000,000, and each delivery order will not exceed $1,000,000. Delivery orders for each contract may be issued for a period of one year from the date of contract award. The Government has the right to exercise the option for an additional one year after the monetary limit is reached prior to the expiration of the time period (365 days). Each contract will include options for two additional years under the same terms and conditions as the basic contract. The Government's obligation to guarantee a minimum amount for payment will apply to all three years. The guaranteed minimum is $20,000 for the first year and $10,000 for the second and third years. Technical capability required: Specialized experience and technical competence in: 1) Providing ARC/INFO and Intergraph MGE GIS training, consulting, and technical support, 2) Acquisition and processing of remotely sensed data (conventional photointerpretation, satellite and airborne image processing, side seam sonar, magnetometer, sub-bottom profiler, and multi-beam imaging) and ground truthing for land use/cover, geological, and wetlands delineations, 3) Providing ARC/INFO and Intergraph MGE database design, data capture and attribution, 4) Photogrammetric mapping, including digital orthophotography, and planimetric and topographic mapping Photogrammetric and GIS database development experience, particularly in support of military master planning, riverine, coastal civil works and environmental restoration, Airborne GPS and digital photography services, Use of softcopy feature extraction and visualization techniques, 8) Preparation of various miscellaneous engineering studies involving facilities and/or infrastructure, 9) Preparation of NEPA compliance documents, including extensive cultural resource assessments, natural resource assessments, and development of mitigation strategies. Must be able to demonstrate experience that combines GIS and natural resource inventories and analysis, 10) Capability to provide complete photo lab services, including color film processing and laser film processing, and graphic art services for creation of presentation drawings and posters. Firms not having full in-house capability must demonstrate how they will manage subcontractors and insure quality control. The (Prime) firm must identify in their submittal the quantity and number of personnel in each discipline available in their working office. A QA/QC plan must be included in the submission. These specific abilities are required: Civil Engineers, Environmental Engineers, Geographer, NEPA Compliance Specialist, GIS Specialist, GIS Programmer, Photo Interpreter, Photogrammetrist, Remote Sensing specialist, botanist, wildlife scientist, fisheries biologist, geologist, hydrologist, graphic artist, survey team, cost estimator, and planner. Familiarity with Corps of Engineers and DoD military and civil works is preferred for major disciplines. Senior Surveyors and Senior Engineers should be registered. The following support personnel should also be identified: Architect, Mechanical Engineer, Electrical Engineer, and Geotechnical Engineer. 5. Special Qualifications: Previous experience with military installations and civil works projects is preferred. Firms should indicate experience with preferably DoD projects related to GIS, CADD, remote sensing, photogrammetry, surveying, and mapping, and related engineering, planning and design services. Experience in the preparation of military master planning documents and project funding justification document (DD1391) is also preferred. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM compatible PC. Past experience with the Corps' M-CACES Gold Cost Estimating program and Excel 4.0, or the firm's capability to use these programs is required. In addition, firms must be able submit all appropriate deliverables in MicroStation CADD, Intergraph Modular GIS Environment (MGE), MS Word, MS Excel, MS Access, ArcInfo, ArcView, and/or Oracle 7.x formats. 6. Closing date for submitting SF-255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF-255 and SF-254. SF-254 should reflect the overall firm's capacity, whereas, SF-255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. 7. Evaluation factors in descending order of importance: A. Primary Selection Criteria 1) Specialized experience and technical competence in the type of work required. 2) Professional qualifications necessary for satisfactory performance of required services. 3) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 4) Capacity to accomplish the work within the required time. 5) Knowledge of the locality and location in the general geographical area provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. B. Secondary Selection Criteria 1) Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measuredas a percentage of the total estimated effort. 2) Geographic Proximity in relation to North Atlantic Division's geographic boundaries. 3) Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. 8. Approximate Start: Jan 1999 9. Approximate Completion: Jan 2002 10. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors are reminded that the successful firm will be expected to place subcontracts to the maximum possible extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan will be required prior to award. 11. Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants. 12. a. Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b. The A/E's request for debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. c. Debriefing(s) will occur within 14 calendar days after receipt of the written request. d. Copies of all SF 254s and SF255s of all firms, which are not short listed, will be held for 30 calendar days after notifications are sent out. 13. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2004, 26 Federal Plaza, New York, NY 10278, (212) 264-9123. Posted 07/31/98 (I-SN231126). (0212)

Loren Data Corp. http://www.ld.com (SYN# 0019 19980804\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page