|
COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1999 PSA#2345USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas
City, MO 64106-2896 C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR SURVEYING
SERVICES SOL DACW41-99-R-0026 DUE 061499 POC Greg Gulledge 816-983-3808
One Indefinite Delivery Indefinite Quantity type AE contract for
Surveying Services for work assigned to the Kansas City District. The
contract will have a base period and three option periods. The amount
of work in each period will not exceed $500,000.00. Work will be issued
by negotiated firm-fixed price Task Orders. This announcement is open
to all businesses regardless of size. If a large business is selected
for this contract, it must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of the work it
intends to subcontract. The subcontracting goals for the Kansas City
District are: (1) at least 61.2% of a contractor's intended subcontract
amount be placed with small businesses (SB), including small
disadvantaged businesses (SDB) and women-owned small businesses (WOSB);
(2) at least 9.1% of contractor's intended subcontract amount be placed
with SDB; and (3) at least 4.5% of a contractor's intended subcontract
amount be placed with WOSB. The plan is not required with this
submittal. PROJECT INFORMATION: This contract will include surveying
services; mapping services, primary within the states of Missouri,
Kansas, Iowa and Nebraska or other areas within the jurisdiction of the
Kansas City District. A cadastral, engineering, cartographic and
topographic survey at various military and civil works projects are
anticipated. Baseline medical testing and/or training to work on
hazardous and toxic (HTRW) waste sites may be required. A full
complement of equipment to complete the projects as assigned must be
listed on SF 255, Block 10. Work order may be assigned to any work
within the jurisdiction of the Northwestern Division but the selection
will be based on criteria within the Kansas City District. SELECTION
CRITERIA: Selection criteria are listed in order of importance. Items
f. and g. will be used as the tie breakers. a. Specialized experience
and technical competence. Specific specialized experience includes
experience similar to that stated above in project information and the
following: (1) Topographic and boundary surveys, mapping, hydrological
surveys and aerial photography. RTK (dual frequency) must be
demonstrated. (2) Experience in Surveys, primarily in Kansas &
Missouri. (3) Capability to furnish data in a digitized format provided
as a minimum in x,y,z coordinates, and with a table listing point codes
(codes as identifiers). (4) Final format of digital data to be
compatible with Intergraph Microstation SE or 95. DTMs to be provided
in inroads format 7.0 or above. Drawings must be in accordance with
Tri- Service AEC CADD standards manual VI.7. Manual drafting may be
required. (5) Quality management procedures. Include a proposed
organizational chart and a narrative description of how the quality
management procedures will function in Block 10 of SF 255. A detailed
quality control plan will be submitted by the A-E. b. Professional
capabilities. Registered land surveyors, surveying technicians,
cartographers and CADD operators. Major items of surveying
equipmentshall be in the SF 255, Block 10. If partnering with other
firms, information must be included specifically for hydrological
surveying and mapping & aerial photography/digital photos. c. Past
performance on DOD and other contracts with respect to cost control,
uality of work, and compliance with performance schedules. d. Capacity
to initiate task orders and complete within the time parameters of the
project. Ability to provide additional crews if needed. e. Extent of
participation of SB, S.B., historically Black colleges and Universities
and minority institutions in the proposed contract, measured as a
percentage of the estimated effort. f. Location of firm in the general
geographical area of Kansas City. g. Volume of DOD contracts awarded
in the last 12 months to the prime A-E firm. 5. SUBMITTAL REQUIREMENTS.
See Note 24 general submission requirements. Interested firms having
the capabilities to perform this work must submit and SF 255 (11/92) to
the address listed below no later than close of business(4:00 PM Kansas
City Time) on the 14 June 1999. Copies of the SF 254 (11/92) for the
prime firm and all consultants shall be included with the SF 255. Each
firm/consultant listed within the SF 255 must have a current SF 254
(submitted within the last 12 months) on file with the Corps of
Engineers, or one must be submitted with this package. In SF 255, block
8, cite whether the experience is that of the prime(or joint venture),
consultant or an individual. Work cited that is experience of the
prime (or joint venture) from an office other than that identified in
Block 4 shall be so labeled. Solicitation packages are not provided.
Submit responses to: U.S. Army Corps of Engineers, ATTN:
CENWKCT-C/Murray, 757 Federal Building, 601 E. 12th Street, Kansas
City, Missouri 64106-2896. QUESTIONS. Questions of a technical nature
should be addressed to Richard Fiene at 816-983-3326 and those of an
administrative nature to Vera Murray at 816-983-3840. Posted 05/11/99
(W-SN330283). (0131) Loren Data Corp. http://www.ld.com (SYN# 0024 19990513\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|