Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,2000 PSA#2564

US Army Engineer District St Louis CE, Attn: CEMVS-CT, 1222 Spruce Street, Rm 4.207, St Louis, MO 63103-2833

C -- INDEFINITE DELIVERY A-E CONTRACT FOR PREPARATION OF MILITARY TERRAIN AND WATER RESOURCES DATA BASES AND ENVIRONMENTAL STUDIES SOL DACW43-00-R-0713 DUE 042400 POC Don Fendler, 314-331-8119 or Deborah Krems, 314-331-8515 WEB: http://mvs-www.mvs.usace.army.mil/ct/ct.htm, http://mvs-www.mvs.usace.army.mil/ct/ct.htm. E-MAIL: Deborah.Krems@mvs02.usace.army.mil, Deborah.Krems@mvs02.usace.army.mil. INDEFINITE DELIVERY A-E CONTRACT FOR PREPARATION OF MILITARY TERRAIN AND WATER RESOURCES DATA BASES AND ENVIRONMENTAL STUDIES AND THEIR EFFECTS UPON ARMY FIELD OPERATIONS, ACTIVITIES AND PROJECTS(Site Code DACW43) I. CONTRACT INFORMATION: Services of a qualified A-E firm, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are sought for the Preparation of Military Terrain and Water Resources Data Bases and Environmental Studies and Their Effects Upon Army Field Operations, Activities and Projects for the St. Louis District, U.S. Army Corps of Engineers. One firm fixed-price indefinite delivery order contract will be negotiated and awarded. The solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. The contract will have a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in the base period will not exceed $750,000 and each option period will not exceed $750,000. The option period may be exercised when the contract amount for the base period/option period has been exhausted or nearly exhausted. Work will be issued by individual task orders not to exceed the period amount. The contract is anticipated to be awarded in September 2000. The Government's minimum obligation under this contract is $15,000 for the base year and $7,500 for the option periods, if exercised. The 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 are a minimum of 61.4% of the contractors intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), 9.1% be placed with SDB and 5% with woman-owned small businesses (WOSB). The plan is not required with this submittal. II. PROJECT INFORMATION: The A-E shall be required to produce military terrain and water resources databases, and environmental studies of selected areas of the world to be used in staff planning. The analysis required to complete all work will utilize map, photo, and document sources. Topics to be compiled may include, but are not limited to: surface water, ground water, existing water supply facilities, drainage characteristics, surface materials, transportation (roads, railroads, bridge information, airfields), landing zones, drop zones, vertical obstructions, surface configuration (slope), vegetation, obstacles, line of sight, built-up terrain zones, and cross-country movement. Preparation of compilation manuscripts for cartographic presentation and photographic laboratory reproduction will be required (film enlargements may be up to and including 40" x 60"), as well as the digital capturing of the spatial and attribute data. Final products may include, but are not limited to: hand-drafted manuscripts on frosted Mylar, stable base film positives, reproduction negatives, orthophoto maps (hard- and soft-copy), and digital plots. Compilation of multi-topical presentations completed using manual and/or automated techniques at various map scales is anticipated. Source data collection will not be required. Source materials (i.e., map, photo, text data), analytical and compilation production procedures and specifications for all topical overlays, automated production procedures for data entry and digitizing, and sample map legends, format, and layouts will be furnished by the Government. Photogrammetric mensuration techniques may be required to fully complete certain topics. These required measurements will be accomplished using the Government's Light Table Mensuration System (LTMS). The A-E will be required to visit the Government's facilities located in Alexandria, VA to utilize the LTMS in the development of this data; workspace and equipment will be made available. A TOP SECRET/Sensitive Compartmented Information (TS/SCI) clearance for A-E personnel is required to use the LTMS. All studies to be completed will include data classified up to SECRET. For personnel, facilities, and equipment involved in the analysis, manuscript compilation, data entry, pre-digitizing, digitizing, cartographic, word processing, and photographic laboratory reproduction phases of this project, the A-E must have, or outline the ability to achieve, a SECRET level of security clearance for personnel, in addition to secure facilities approved for the SECRET level, accredited automated data processing equipment accredited for operation at the SECRET level, and storage containers for SECRET information. Qualification statements should clearly indicate the office location where the work will be performed. Final SECRET clearance for personnel and facilities is required within 120 days of award of each contract. III. SELECTION CRITERIA: See Note 24 for general A-E selection process information. The selection criteria are listed in descending order of importance (first by major criterion and then by sub-criterion). Criteria a. through d. are primary. Criteria e. and f. are secondary and will only be used as "tie breakers," if necessary, in ranking the most highly qualified firms. a. Specialized Experience and Technical Competence: (1) professional qualifications necessary for satisfactory performance of required services: Firms applying for consideration must demonstrate, as they relate to military terrain, water resources, and environmental data analysis, expertise in the following disciplines: geology, ground water, hydrology, geography, photo/imagery interpretation, soils, forestry, cartography, urban planning civil engineering, and engineering technical report generation; (2) demonstrate expertise in the use of Arc/Info, ArcView, and ERDAS software (to include their associated modules) operating in a UNIX/NT/PC environment to capture spatial and attribute data in the analysis and compilation of military terrain, water resources, and environmental data (or similar studies) as it relates to staff planning for military field operations. Also, must demonstrate capability to generate color and black/white check plots and final plots of digital data at various scales; (3) demonstrate capability, personnel, and capacity of photographic laboratory reproduction and enlargement equipment (enlargements up to and including 40" x 60"); (4) demonstrate expertise and capacity to digitally capture data utilizing Arc/Info UNIX/NT/PC based software and Calcomp 9500 (or equivalent) digitizing tables. Experience and capability must demonstrate not only the capture, but also writing and delivery of digital data in 2D and 3D format on 8 mm tape, 3.5" disk (DOS and UNIX), and/or CD-R. b. Capacity to Accomplish the Work: (1) capacity to perform approximately $750,000 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; (2) capacity of firm to furnish equipment and personnel to accomplish work as required to maintain delivery of a quality product on a timely schedule; (3) demonstrate TOP SECRET/Sensitive Compartmented Information (TS/SCI) security clearances for those who would operate the LTMS; SECRET security clearances for facilities, personnel, and equipment involved in the analysis, manuscript compilation, data entry, pre-digitizing, digitizing, cartographic, word processing, product finishing and photographic laboratory reproduction phases of the project. c. Professional Qualifications: The evaluation will consider education, training, overall and relevant experience, longevity with the firm, and personnel strength. d. Past Performance: Past performance in terms of cost control, quality of work, and compliance with delivery and performance schedules. e. SB and SDB Participation: Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Volume of DoD Contract Awards: Volume of work awarded by DOD during the previous 12 months as described in Note 24. Firms are requested to state in block 10 of the SF 255 the value of all A/E contract awards to the firm, including modifications, by DOD during the previous 12 months as of the date of this announcement. IV. SUBMISSION REQUIREMENTS: Firms having capabilities to perform this work and desire to be considered must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition)for the prime firm and all subconsultants, to the above address (Attn: CEMVS-ED-C/Fendler) not later than close of business April 24, 2000. Solicitation packages are not provided. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4591. No other notification to firms under consideration for this work will be made. This is not a Request for Proposal (RFP). See Note 24 for general submission requirements. Posted 03/22/00 (W-SN437150). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0019 20000324\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page