Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 26,1999 PSA#2311

A-E NEGOTIATIONS SUPPORT UNIT -- ENGRG, USAED, SACRAMENTO (FI), 1325 J STREET, SACRAMENTO CA 95814-2922

F -- IDIQ CONTRACT FOR SUPPORT OF CIVIL ENGINEERING AND DESIGN ACTIVITIES FOR WATER RESOURCES AND ENVIRONMENTAL RESTORATION PROJECTS SOL DACW05-99-R-0028 DUE 042699 POC Ken Parkinson (916)557-7470 Contracting Officer-Eiichi Takahashi (Site Code DACA05) WEB: http://www.spk.usace.army.mil/cespk-ct, http://www.spk.usace.army.mil/cespk-ct. E-MAIL: gweber@spk.usace.army.mil, gweber@spk.usace.army.mil. CONTRACT INFORMATION: This proposed contract is Unrestricted. The SIC code is 8711. Should there be sufficient 8(a) or Small Business responses, the Corps reserves the right to split the requirement and conduct separate restricted competitions for 8(a) and Small Business. All interested firms should apply. A-E services are required to encompass all aspects of civil engineering and design associated with: studies, analyses, designs, surveying, photogrammetric data collection, and GIS services, for water resources public works projects and environmental restoration projects within the Sacramento District's Civil Works area of responsibility, (CA, NV, UT, CO, Wy and parts of OR and ID) (SPD), or any other area Sacramento District is called upon to provide service. The projects may be in the preauthorization phase or authorized by Congress to proceed to construction. A specific scope of work and services required will be issued with each task order. The end result of these studies/projects will be engineering studies, analyses, computations, reports, design memoranda, cost estimates or plans and specifications. All Civil Engineering work to be provided under this contract shall be supplied in Bentley Systems, Inc., three-dimensional, MicroStation 95 or SE, native format (i.e.,.dgn using no conversions from other software). The target platform is an IBM compatible, Microsoft NT version 4.0 operating system. The contractor shall ensure that all digital files and data (e.g., base files, reference files, cell libraries) are compatible with the Government's target CADD system (i.e., basic and advanced CADD software, platform, database software), and adhere to the standards and requirements specified herein. The term "compatible" means that data can be accessed directly by the target CADD system without translation, preprocessing or postprocessing of the electronic digital data files. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in the native Intergraph digital format which is fully compatible with Intergraph Corporation's I/RASB version 5.1, and I/RASC version 6.1 software, (.cit or .cot format). In addition to data provided in .dgn format, digital terrain models (DTM) models shall be delivered in IG InRoads version 7.0 or higher (.dtm version 5). Data shall also be provided describing detailed methods used to create each DTM. All files used to manipulate the .dtm such as template (.tml) libraries and roadway (.rwl) libraries must be provided in IG InRoads format version 7.0 or higher. If alignment data is created, this information must be provided in IG InRoads version 7.0 or higher (.alg) file format. All reports pertaining to volume calculations, alignments, dtn's etc. shall be provided using InRoads report templates. The contractor shall also provide preference files (.ini or .prf). Electronic specification files shall be provided in both word processing (SPECSINTACT. sec) and Adobe format (.ps or .pdf). More information regarding Bulletin Board Web Site http://www.cbbs.spk.usace.army.mil under AEGUIDE. The contractor shall be required to provide professional services specific to graphical and nongraphical database generation. Graphical work shall include, but not be limited to vector generation from resulting GIS queries, land and bathymetric survey applications, existing maps in raster file formats; raster file generation of color and black and white aerial imagery and other large format information. Nongraphical database work shall include designing, developing, and populating database with text- related information in strict adherence to the Tri-Service Spatial Data Standards. All delivered digital GIS data shall also be submitted in strict compliance with the Tri-Service Spatial Data Standards for the target system, Intergraph Modular GIS Environment (MGE). Target database shall be Oracle, or Access or other applicable database. "Year 2000 Compliance: the Architect-Engineer (A-E) shall insure that the hardware, firmware, software, and information technologysystems separately or in combination with each other or other elements specified in the documents developed under this contract shall be year 2000 compliant in accordance with FAR 39.106." More than one firm may be selected, and if more than one firm is awarded a contract, the award must take place within one year of the approved selection date. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows:(1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance, quality and timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in theresultant contracts, Section 00800, SAACONS 62.0216-4821, Task Order Selection Criteria and Procedures (Oct 1995). Firm fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in August 1999. Each contract will be for a one year period not to exceed $1,000,000 for the basic year and two one year options not to exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract will be negotiated as needed between the Government and the A-E. Task orders shall not exceed the annual contract amount. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 62% for small business. If further states that out of that 62% to small business, 10% is for small disadvantaged business (subset to small business) and 5% is for small business/woman owned (subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationale of why the above goals were not met. 2. PROJECT INFORMATION: Task orders to be issued under these contracts may include preparation of preliminary or final engineering studies, analyses, design reports, cost estimates and plans and specifications for erosion control measures on large or small rivers located in major or minor drainage basins; environmental restoration projects which may include wetlands development; and a wide variety of flood control facilities such as levees, flood walls, channels, detention basins and dams. Task orders may also be issued for support to the Corps of Engineers during flood emergencies to evaluate flood damage and restoration measures. Firms desiring consideration will be expected to be accomplished in civil engineering and planning and have a sound knowledge of Corps of Engineers and civilian engineering and design principles and procedures for flood control and environmental restoration projects. Task orders may also include topographic surveys, photogrammetric mapping, related aerial photography and lab work, digitized mapping, and digital terrain mapping. 3.SELECTION CRITERIA:See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "a" through "d" are primary. Criteria "e" through "g" are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in the preparation of civil engineering studies, analyses, reports, designs, cost estimates, and plans and specifications with (1) Ability to provide digital design data in specified formats without translation (.dgn,.cit,.cot,.dtm,.tml,.alg,.rwl.prf,.ini); (2) Ability to provide complicated designs by employing use of InRoads templates, decision tables, transition control, cogo, component design and other InRoads design features and demonstrate specialized experience in; (3) A wide variety of flood control facilities including ancillary infrastructure and utility systems; (4) Erosion control measures on large rivers; (5) Environmental restoration measures which mitigate the adverse impacts of flood control or public works projects and (6) Wetlands development. b. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: project manager, project engineer, civil engineer, cost estimator, CADD operator, topographic survey, wetlands or environmental specialist/designer, GIS specialist. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Capacity to accomplish multiple simultaneous task orders at different locations. e. Volume of DoD contract awards in the last 12 months as described below. f. Location of the firm in the general geographical area of the Sacramento District Office. g. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms havingthe capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN:A-E Negotiations Unit. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e., project manager, design engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for AE contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See numbered Notes 24 and 26. Posted 03/24/99 (A-SN312222). (0083)

Loren Data Corp. http://www.ld.com (SYN# 0040 19990326\F-0006.SOL)


F - Natural Resources and Conservation Services Index Page