Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,2000 PSA#2560

Federal Highway Administration, 610 East Fifth Street, Vancouver, WA 98661-3893

C -- IDIQ CONTRACT FOR SURVEY AND MAPPING SERVICES 2000 SOL DTFH70-00-R-00005 DUE 041800 POC Dale Lewis, A&E Contract Coordinator (360)696-7728 or Toni Palmer, A&E Program Assistant (360)696-7726 E-MAIL: click here to contact the Contract Coordinator via, ae-info@wfl.fha.dot.gov. TWO CONTRACTS ARE ANTICIPATED UNDER THIS SOLICITATION. Indefinite Delivery, Indefinite Quantity Contract for Architect-Engineer Services(Surveying and Mapping). The Federal Highway Administration(FHWA), Western Federal Lands Highway division(WFLHD), desires to make two individual contract awards for survey and mapping services to be performed primarily in the states of Alaska, Washington, Oregon, Idaho, Montana, and Wyoming. Services may be required at other locations within Federal Lands Highway Division nationwide. Each award will be to a different A&E firm. This solicitation is not a small business set-a-side. The scope of services will generally consist of preliminary route surveys and location surveys involving ground control, planimetric, topographic, and cadastral surveys in connection with highway construction projects. Surveys typically range from 2 to 10 miles in length. This work will generally be associated with Federal and locally owned roads leading to or on Federal land. All work will be guided by statements of work for each task order plus WFLHD policies and directives. Survey data shall be submitted as electronic ASCII files on 3-1/2" diskettes or CD. Drawing files shall be submitted in 3-D Microstation S.E. format. All lines and culture ties must be properly defined using WFLHD standards. The total of all work per year under each contract will not exceed $1,000,000. Each selected A/E firm is guaranteed a minimum amount of $10,000 of work during the life of the contract. The term of each contract will be for 5 years. The following evaluation criteria, in descending order of importance will be used in the evaluation of prospective firms: (1) Specialized and recent experience and technical competence of firm in the highway surveying and mapping field; (2)Professional qualifications of the firm's staff assigned to the required work; (3) Capacity and capability of firm to schedule projects and accomplish more than one project at a time within the desired time frame; (4) Proximity of the staff to the geographical area plus knowledge and experience in the geographical area; (5) Organization and management of the surveying staff; (6) Past performance on contracts with Government agencies; and (8) Small Disadvantaged Business (SDB) participation. SDB Participation at the Prime and Subcontractor level. (See Clause 52.219-24, Small Disadvantaged Business Participation Program Targets) Provide SDB targets, expressed percentages of the total contract value: A) Provide a total target for SDB participation by the offeror; B) Provide a total target for SDB participation by subcontractors; list all subcontractors. All SDB Concern targets will be incorporated into and become part of any resulting contract. After contract award, the Contractor shall notify the Contract Officer of any substitutions of firms that are not SDB concerns. A/E firms meeting the requirements described in this announcement are invited to submit a completed SF 255 and SF 254(s). This office does not maintain a current file of SF 254's therefore a SF 254 should be submitted for the firm and for each outside consultant or associate listed. Firms responding should submit a single SF 255 and list its intended use of outside consultants or associates in Block 6. The list of up to 10 projects included in Block 8 of the SF 255 may be projects demonstrating the competence of the firm and any outside consultants or associates listed in Block 6. Section 10 of the SF 255 may not exceed 12 pages single-sided. Minimum acceptable text size in Section 10 is 12 pt. The business size status should be indicated in Block 3 of the SF-255. A concern is small if its annual receipts average over the past 3 fiscal years do not exceed $4.0 million. No other type of submittal is desired and will not be considered in the evaluation. This is NOT a request for proposal. A solicitation package is not available. Submit four (4) copies (paper copies only) of your response by 4:00 pm local time April 18, 2000. The following applies only to Minority, Women-Owned and Disadvantaged Business Enterprises(DBEs): DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at prime rate. For futher information call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Posted 03/16/00 (W-SN435349). (0076)

Loren Data Corp. http://www.ld.com (SYN# 0019 20000320\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page