|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1999 PSA#2286US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0090 C -- INDEFINITE DELIVERY CONTRACT #52 AND #53 (OPERATIONS DIVISION)
FOR SURVEYING WITHIN THE NORTH ATLANTIC DIVISION SOL CBAEOP9-048-0003
POC Willien Cunningham, Procurement Assistant, Contract Specialist
212-264-9123 The work will be within the North Atlantic Division.
Location: The work will be within the North Atlantic Division.
Subsistence or per diem will be paid for work beyond a fifty-mile
radius of the New York District Office. No subsistence or per diem will
be paid for work within a fifty-mile radius of the New York District
Office. Scope of Services Required: a. Provide a full range of surveys
within the North Atlantic Division. b. Hydrographic surveys will
constitute approximately 80% of all work orders, topographic and
cadastral surveys 20%.c. Establish horizontal and vertical control of
Second Order Class II as required. The reference grid system will be
State Plan Coordinates Systems in both NAD 27 and NAD 83. Hydrographic
surveys must conform to Class 1 criteria as defined in EM1110-2-1003
(Hydrographic Surveying). d. Firms must be capable of collecting survey
data electronically. Firms must be able to submit both hard maps and
electronic data. The New York District has adopted Intergraph as its
CADDstandard and the data standard must conform to EM1110-1-1807
(Standards Manual for U.S. Army Corps of Engineers Computer-Aided
Design and Drafting (CADD) Systems). e. Proposals must list both field
and office equipment. Proposals must clearly show ability to collect
survey data electronically and capability of providing acceptable data
formats. f. The cumulative amounts of all delivery orders for each
contract will not exceed $1,000,000.00. Each delivery order will not
exceed $1,000,000.00. 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 two one-year options after the
monetary limit is reached prior to the expiration of the time period
(365 days). Each contract will include options for two additional
one-year options 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
$20,000.00 for the first year and $10,000.00 for each of the two option
years. Technical capabilities Required: The firms selected must have
one or more senior staff persons licensed to practice Land Surveying in
the states of New York and New Jersey. Licensing in the states of New
York and New Jersey has the most stringent requirements. For this
reason, other states within NAD will provide reciprocity. For the
amount of anticipated work outside of New Jersey and New York it is not
necessary to require licensing in each state. Special Qualifications:
The firms selected must each have sufficient staff to be able to
perform at least two delivery orders simultaneously. Closing date for
Submission of Form 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. SF-255 should reflect only the personnel dedicated to the
specific project referenced in the submittal. If sub-consultants or
subcontractors are to be used, an SF-254 must be submitted for each
sub-consultant or subcontractor. These guidelines should be closely
followed, since they constitute procedural protocol in the manner in
which the election process is conducted.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 in the required time; 5) Knowledge of the
locality and location in the general geographical area provided that
application of this criteria leaves an appropriate number of qualified
firms, given the nature and size of the project. Firms are encouraged
to submit from any geographical area. b. Secondary selection criteria:
1) Extent of participation of small business, 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. 2) Geographic Proximity in relation to
North Atlantic Division. 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 that have not had prior DoD
contracts Start: April 1999. Completion: March 2002 Small and small
disadvantaged business 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 subcontractors 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
Subcontracting Plan will be required prior to award. Delivery orders
under these contracts will be assigned on a rotational basis. Notes: a.
Firms who have not previously applied for NYD projects and firms who do
not have a current SF254 on file with NYD should submit two copies of
SF254 on initial response to our CBD notice. Firms using
sub-consultants or subcontractors should submit copies of the SF-254
for their sub-consultants or subcontractors. b. 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. c.
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. d. Debriefing(s) will occur within 14
calendar days after receipt of the written request. e. Copies of all
SF254s and SF255s of all firms, which are not short-listed, will be
held for 30 calendar days after notifications are sent out.12. Three
(3) copies of the submittals should be sent to Ms. Willien Cunningham,
CENAN-EN, Room 2004, 26 Federal Plaza, New York, NY 10278,
(212)264-9123. Posted 02/17/99 (W-SN298992). (0048) Loren Data Corp. http://www.ld.com (SYN# 0033 19990219\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|