Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,2000 PSA#2545

U.S. Army Corps Of Engineers, Fort Worth District, P.O. Box 17300, 819 Taylor Street, Attn: CESWF-CT, Fort Worth, TX 76102-0300

T -- SURVEYING AND MAPPING SERVICES FOR MILITARY AND CIVIL PROJECTS WITHIN THE SOUTHWETERN DIVISION BOUNDARIES (PRIMARILY FOR THE FORT WORTH DISTRICT), THE UNITED STATES AND ITS TRUST TERRITORIES SOL DACA63-00-R-0014 DUE 033100 POC Edward Foo, (817) 978-2701 WEB: Corps of Engineers, Fort Worth District, Contracting, http://ebs.swf.usace.army.mil. E-MAIL: Leslie Bearden, Contract Specialist, leslie.l.bearden@SWF02.usace.army.mil. 1. CONTRACT INFORMATION: Surveying and mapping services are to be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. Work will be primarily for Texas, Louisiana, New Mexico, Oklahoma and Arkansas areas. Up to two indefinite-delivery contracts will be negotiated and awarded, each with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed approximately $500,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by use of negotiated, firm fixed-priced task orders not to exceed the base contract amount. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate an order: Performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. Anticipated award is June 2000. 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 Fort Worth District which will be considered in the negotiation of this contract are: (1) at least 61.4% 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 a contractor's intended subcontract amount be placed with SDB; (3) at least 5% of a contractor's intended subcontract amount be placed with WOSB; (4) at least 2% of a contractor's intended subcontract amount be placed with Historically Black Colleges & Universities/Minority Institutions; and, (5) at least 0.5% of a contractor's intended subcontract amount be placed with Historically Underutilized Business (HUB) Zone certified contractors. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr2000.com or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2. PROJECT INFORMATION: Complete field survey data relating to vertical and horizontal controls, aerial surveying and mapping, detailed digital topography, planimetrics, cross-sections, boundary surveys, gradient boundary surveys, construction layout, and G.P.S. surveys are required. Work may be performed to support other Federal agencies. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f and g are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence: (1) experience in photogrammetric production. (2) ability to field up to four survey parties, two of which have experience using state-of-the-art electronic data collection techniques and the ability of field crews to respond to Government requirements for work in Texas, Louisiana, New Mexico, Oklahoma and Arkansas within 24-hour notification. (3) photogrammetric equipment including owning or leasing airworthy aircraft, currently certified precision aerial mapping camera, photographic lab for reproducing aerial photographic and mapping products, hardware and software to perform fully analytical aero-triangulation, analytical stereoplotter instrumentation interfaced for digital data collection of planimetric and topographic features, DTM, DEM data collection and manipulation of terrain data, digital data editing facilities, ability to provide orthophoto products (hardcopy and digital), and airborne GPS capabilities for aircraft navigation and photo control. (4) technical production expertise consistent with utilization of photogrammetric equipment. (5) capability to collect and deliver digital data (2D and 3D) properly formatted on appropriate media. (6) ability to acquire and utilize remotely sensed data to incorporate into existing mapping data bases and/or generate thematic maps (providing topologically clean CADD files for GIS use). (7) expertise in detailed digital topography, georectification, and orthophotography. (8) experience in boundary surveys. (9) contractor facilities must have capability to deliver digital data on CD-ROM, optical rewritable disks, and appropriate file transfer protocol (ftp) over the Internet. Digital data must be readable and fully operational with U.S. Geological Survey DLG-3, AutoCAD, ARC/INFO (GIS), ERDAS, MIPS, GRASS, Intergraph and Bentley system formats. The evaluation will consider knowledge of and ability to use SWD Architectural and Engineering Instruction Manual (AEIM), Chapter VIII, "Drafting Standards"; the Fort Worth District CADD Operating Procedures Manual, chapters entitled "File Naming Conventions" and "Level Conventions and Line Symbologies"; and, the firm's ability to deliver CADD drawings in accordance with DoD's Tri-Service CADD/GIS A/E/C CADD and Spatial Standards. (10) Own or lease static/kinematic GPS equipment capable of subcentimeter measurement accuracy, electronic total station with data collector, and CADD/GIS data processing equipment. (11) facilities and capability to gather historical photos from hardcopy and/or digital sources and perform photo image interpretation to detect land use and change analysis utilizing digital softcopy techniques and manually via hardcopy. (12) experience in gradient boundary surveys. (13) experience in construction layout. b. Qualified personnel in the following key disciplines: (1) Registered land surveyors, including a Texas Registered Professional Land Surveyor (RPLS) and access to registration in the states of Louisiana, New Mexico, Oklahoma and Arkansas. (2) Licensed civil engineers. (3) Engineering, surveying, CADD and photogrammetric technicians. The evaluation will consider education, training, registration, voluntary certifications (e.g., ACSM Certified Hydrographer or ASPRS Certified Photogrammetrist), overall and relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity to perform approximately $500,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines and equipment availability. e. Knowledge of boundary and coordinate systems and topographic and geographic conditions within Texas and the states adjoining Texas. f. Extent of participation of SB (including WOSB), SDB, HBCU/MI and HUB-Zone certified firms in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 and two copies of SF 254 for the prime firm and all consultants, to the above address (ATTN: CESWF-CT-S) not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503/808-4590. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Solicitation packages are not provided. This is not a request for proposal. Posted 02/24/00 (W-SN428300). (0055)

Loren Data Corp. http://www.ld.com (SYN# 0083 20000228\T-0002.SOL)


T - Photographic, Mapping, Printing and Publication Services Index Page