Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,2000 PSA#2577

U.S. Army Corps of Engineers, Jacksonville District, P.O. Box 4970, Jacksonville, Florida 32232-0019

C -- A-E SERVICES FOR INDEFINITE DELIVERY CONTRACTS RELATED TO AERIAL PHOTOGRAMMETRIC SURVEYS WITHIN FLORIDA, PUERTO RICO, SOL DACW17-00-R-0022 DUE 051600 POC Contract Specialist, Vicki V. Tipton, 904-232-1146 -- Technical POC, Al Morris 904-232-2430 WEB: Business Opportunities, http://www.saj.usace.army.mil. E-MAIL: Click here to contact the Contract Specialist, Vicki.V.Tipton@usace.army.mil. Up to two contracts may be awarded from this solicitation. Up to one of these contracts may be awarded using unrestricted acquisition procedures and one contract will be awarded pursuant to small business set-aside procedures. The contract will be an Indefinite-Delivery, Indefinite-Quantity contract for a period of one year from date of award, with options to extend for two additional years; not to exceed a total of three years. The Government reserves the right to exercise the contract options before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be assigned by negotiated task orders. Maximum order limits are $1,000,000 for each contract year and $1,000,000 per task order. The primary purpose of these proposed contracts is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contracts may be used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers district. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among the contracts include performance and quality of deliverables under current task orders, current capacity to accomplish the order in the required time, specialized experience, equitable distribution of the work among the contractors, and other relevant factors. The work will consist of photogrammetric mapping for engineering design plans, at mapping scales ranging from 1" =20' to 1" = 400' as performed for design, construction, development, operation, and maintenance of various engineering projects within the Jacksonville Disrict. Other smaller scale photomapping functions may also be required under this contract. The contractor shall be capable of performing all the basic operations associated with photogrammetricmapping, included but not limited to, standard aerial photogrammetric mapping, GPS airborne control system, unrectified/uncontrolled photomaps, rectified photomaps, photomosaics, stereo-compiliation, orthophotomaps, planimetric maps, topographic and orthoplanimetric overlays photogrammetrically derived using microprocessor guidance control devices, topographic surveys for engineering design site plans, property/boundary surveys, record of as-built construction surveys, and geodetic control, as performed for planning, design, construction operation, and/or maintenance of various engineering projects. The contractor shall furnish all equipment, land/floating plant, instrumentation, supplies, and personnel to accomplish required services and provide the Government with completed maps, tracings, plats, computations, reports, tapes, disks, etc. to document work performed. Two survey crews will be required to support the contract. FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: 1. Specialized Experience of Firm: Firms must clearly demonstrate specialized experience and expertise in large scale photogrammetric mapping and digital imagery including related stereoplotting and drafting for detailed design and construction of major engineering projects or facilities, including experience in delineating surface/subsurface utility or structural detail. Additional experience should be demonstrated in conventional photomapping efforts such as rectified/unrectified air photomapping, analytical aerotriangulation and digital mapping processes. 2. Size and Expertise of Staff: Firm must have access to aircraft and necessary equipment to accomplish required work. Equipment should include, but not be limited to, analytical stereoplotting instruments, orthoscanner, photogrammetric processing and plotting equipment, automated plotters, computer controlled devices, aerotriangulation adjustment capabilities, rectification instruments, aerial cameras with forward motion compensation (FMC) and all related survey equipment necessary to accomplish third order or better accuracy surveys. The firm should clearly identify and owned and leased equipment proposed for accomplishing assignments. The firm should clearly demonstrate experience with processing digital data or GIS in the ARC/INFO coverage format on SUN SPARC Stations with 1/4" cartridge tapes, ISO9660 format, CD ROM capabilities, and in the Intergraph Microstation (PC or 32) Version 5.0 or higher format. The firm must have an adequate number of qualified surveying and photogrammetric compilation personnel including field party chiefs, pilots, stereoplotter operators, and drafters. All drawings submitted must be reviewed and certified by a Florida or Puerto Rico Professional Land Surveyor and certified photogrammetrist. 3. Capacity to accomplish the work in the required time: Firm must have the capacity to commence work within fifteen days after receipt of notification to proceed with a task order and accomplish it in accordance with scheduled completion dates. 4. Past Performance: Past performance on contracts with Government Agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD experience data available to the Government through the Architect-Engineer Contract Administration System (ACASS), and information available from other sources, will be utilized to obtain performance evaluation information. The following secondary criteria will be used as tiebreakers: 5. Volume of Past DOD contracts awarded to firm: Work previously awarded to the firm by DOD will be reviewed with the objective of effecting equitable distribution of contracts among equally qualified firms. 6. Geographic Proximity of Firm Relative to the Work Site: Location of the firm relative to the work site (considered the Jacksonville District Office) will be considered provided there is an adequate number of qualified firms for consideration. 7. Submission requirements: Firms meeting the requirements described in this announcement and wishing to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list only the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants and subcontractors, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 addressing evaluation factors 1-4 is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 4:00 P.M. Eastern Time on May 16, 2000. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. (The CCR's web site may be accessed at http://www.acq.osd.mil/ec.) Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for this contract, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Of those dollars the large business firm intends to subcontract out, the Corps of Engineers floors for subcontracting are 61.4% to small business concerns; 9.1% to small disadvantaged business concerns; 5.0% to women-owned small business concerns; and 1.0% for HUBZone concerns. The term "floors" is used instead of "goals" as the Corps of Engineers objective is to exceed the percentages rather than merely meet the percentages. Large firms should keep these floors in mind when considering qualifications of potential subcontractors and ensure that each proposed subcontractor's socio-economic status is clearly identified in the submission of qualifications. An approved small business-subcontracting plan will be required prior to award. The SIC code is 8713. The size standard is $4,000,000. Your attention is directed to FAR 52.219-14, Limitations on Subcontracting, states in part: "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, 400 West Bay Street, Room 1044, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal. Firms may post their name/address on the web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint ventures. However, copies of the listings of firms will not be provided. See our Web Page at www.saj.usace.army.mil. Posted 04/10/00 (W-SN443145). (0101)

Loren Data Corp. http://www.ld.com (SYN# 0026 20000412\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page