|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,2000 PSA#2532U.S. Army Corps of Engineers, Portland District, P.O. Box 2946,
Portland, OR 97208-2946 C -- HYDROGRAPHIC SURVEYING SERVICES SOL DACW57-00-R-0011 DUE 031500
POC Administrative: Sue Mechals, (503) 808-4619; Technical: Michale
Cristler, (503) 808-4357 The U.S. Army Corps of Engineers, Portland
District, Operations Division proposes to contract for Hydrographic
Surveying Services within the Portland District. The geographical area
of responsibility includes portions of Oregon and Washington,
including Vancouver to John Day, the Willamette River, Mouth of the
Columbia River and Yaquina Bay. This announcement is open to large and
small businesses. If a large business is selected for this contract,
it must comply with FAR 52.219-9, regarding the requirements for a
subcontracting plan in that part of the work it intends to subcontract.
Minimum target goals are as follows: 61.4% planned subcontracting
dollars should be placed with small business concerns, 9.1% of those
planned dollars should be with small business concerns owned and
controlled by socially and economically disadvantaged individuals, and
5% of those planned dollars with small business concerns owned or
controlled by women. 1. CONTRACT INFORMATION: Hydrographic survey work
will be confined to major rivers, inland bays or ocean harbors and
jetty's. Some near-shore ocean work may be required. An
Architect-Engineer Indefinite Delivery Contract for $400,000 will be
awarded, for the base contract period of one year and $400,000 for each
of the two option years. Individual task orders shall not exceed the
annual contract amount. The projected commencement date for this
contract is November 2000. 2. PROJECT INFORMATION: Typical services to
be provided will include establishment of geodetic control, single
beam bathymetric surveys and multi-beam high-resolution bathymetric
surveys and some topographical mapping. Selected Firms must currently
employ Professional Land Surveyor(s) who are licensed in the States of
Oregon and Washington. Selected firms must be able to provide a
complete hydrographic survey data file on high density diskettes, zip
disks or CDs, in a ASCII format and in Intergraph Micro-Station "J",
version 6.0 format. Selected firms must be able to produce hydrographic
and topographical mapping data and provide design drawings that are
fully compatible with Portland District's Intergraph CADD system. A
list of all equipment and software must be contained in the firms
package. Various written reports and safety plans will be required
under the contract, but will not be a basis for selection. 3. SELECTION
CRITERIA: Selection criteria for this project will be based upon the
following, listed in descending order of importance (first by major
criterion and then by each sub-criterion). Criteria a-e are primary,
criteria f-i are secondary, used only as "tie breakers" among
technically equal firms. a. Specialized Experience and Technical
Competence: Evaluation will consider specialized experience on similar
projects, quality management procedures, pollution prevention,
compatibility with Intergraph Micro-Station "J", version 6.0 format
CADD system and technical capabilities such as equipment resources to
perform the required services, at a minimum: (1) Survey vessel(s) with
a minimum length of 18 ft., with a demonstrable speed of 20 knots and
a work boat with a minimum length of 8 ft.; (2) For each such survey
vessel, a electronic positioning system, a total integrated
hydrographic survey computer system, software, a digital/analog depth
recorder with a motion sensor unit, and bar check calibration
equipment; (3) Survey instruments, computers and other pertinent
equipment available for geodetic control survey work. b. Professional
Qualifications: Evaluation will consider personnel to be assigned to
the project, education, training, registration, overall and relevant
experience in hydrographic and geodetic surveying and longevity with
the firm. The following disciplines will be evaluated: (1) Supervisory
Project Surveyor, (2) Computer/CADD Technician; (3) Hydrographic
Computer Technician; (4) Clerical Technician; (5) Party Chief; (6) 1st
Survey Technician; (7) 2nd Survey Technician; (8) Survey Aide; (9)
Boat operator. c. Past Performance: Evaluation will consider past
performance on DoD and other contracts with respect to cost control,
quality of work, and compliance with performance schedules. d. Capacity
to Accomplish the Work: Evaluation will consider the ability to meet
the schedule of the overall project. Ability to provide a minimum
number of crews for surveying, data collection and post processing.
Ability to accomplish a certain number of task orders simultaneously.
The minimum number of personnel in a certain discipline to be assigned
to the project and a proposed project organization chart with lines of
authority. e. Knowledge of the Locality: Evaluation will consider the
knowledge of local river basins, geological features, coast line
features, tides and climatic conditions. f. SB and SDB Participation:
The extent of participation of small businesses, Woman-Owned Small
Business, small disadvantaged business, historically black colleges and
universities, and minority institutions in the proposed contract team,
measured as a percentage of the total estimated effort. g. Geographic
Proximity: Location of the firm in the general geographical area of
the Portland District. h. Equitable Distribution of DoD Contracts: The
firm's volume of DoD contract awards in the last 12 months as
described in Note 24. i. ACSM: Firms personnel with a American Congress
on Surveying and Mapping, In-shore Hydrographer Certification. 4.
SUBMISSION REQUIREMENTS: Interested firms having the capabilities to
perform this work must submit three copies of SF 255 (11/92 edition),
and three copies of SF 254 (11/92 edition) for the prime firm and all
consultants or sub-contractors, not later than 1600 hours local time,
15 March 2000. Include the firm's ACASS number in SF 255, Block 3b. For
ACASS information, call (503) 808-4590. Send your forms to: Contracting
Division, Attn: Susan Mechals, P.O. Box 2946, Portland, Oregon 97208 or
hand deliver to 333 S.W. First Avenue, Portland, Oregon 97204. No other
general notification for this project will be made, and no further
action beyond submission of a request for consideration andforms 254
and 255 is required. Reference DACW57-00-R-0011 on your forms. All A/E
firms responding shall indicate their size in Block 4 of the SF 254.
The small business size standard for this procurement is a firm with
average annual sales or receipts, including all affiliates, for the
preceding three years not in excess of $4.0 million. Technical
questions should be directed to Michael D. Cristler, (503) 808-4357.
Administrative questions should be directed to Susan Mechals, (503)
808-4619. This is not a Request For Proposal. ** SIC 8713 ** Posted
02/04/00 (W-SN422349). (0035) Loren Data Corp. http://www.ld.com (SYN# 0013 20000208\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|