|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590U.S. Army Corps of Engineers, Contracting Division, 190 Fifth Street
East, St. Paul, MN 55101-1638 C -- A-E INDEFINITE DELIVERY CONTRACT FOR SURVEYING AND MAPPING
SERVICES FOR THE ST. PAUL DISTRICT SOL DACW37-00-R-0011 POC Contract
Specialist DAWN LINDER (651)290-5407 Contracting Officer MARILYN AIRD
(651)290-5417 E-MAIL: Contact Contract Specialist,
dawn.m.linder@usace.army.mil. INDEFINITE DELIVERY CONTRACT FOR
SURVEYING AND MAPPING SERVICES FOR THE ST. PAUL DISTRICT SOL
DACW37-00-R-0011. 1. CONTRACT INFORMATION: Under PL 92-582 (Brooks Act)
and FAR Part 36, Architect-Engineering services are required for two
Indefinite Delivery Type Contracts for surveying and mapping services
for various projects primarily within the St. Paul District boundaries
for all or portions of MN, WI, ND, SD and IA. However, individual task
orders may be for work within the Mississippi Valley Division or
neighboring mid-western states. The indefinite delivery contracts are
anticipated to be awarded by July 2000 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 and individual task orders will not
exceed approximately $300,000. An option period may be exercised when
the contract amount for the base period or preceding option period has
been exhausted or the ordering period expires, whichever occurs first.
Work will be issued by negotiated firm fixed-price task orders. The
District currently has, and may award, future ID contracts to perform
work that may also be encompassed by this announcement; the following
factors will be considered in deciding which contractor will be
selected to negotiate an order: Performance, capacity to accomplish the
order in the required time, specialized experience, and the equitable
distribution of work. This announcement is open to all businesses
regardless of size. SIC Code: 8711. Small Business Size Standard: $4
Million. If a large businesses 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 that it intends to subcontract. The
subcontracting goals for this contract are that a minimum of 61.4% of
intended subcontract amount be placed with small business (SB), 9.1% be
placed with small disadvantaged businesses (SDB), 5.0% placed with
woman-owned small businesses (WOSB), and HUBZone -- no numeric goal,
but must address it in the plan. The plan is not required with this
submittal. The wages and benefits of service employees (see FAR 22.10)
performing under this contract must be at least equal to those
determined by the Department of Labor under the Service Contract Act.
2. PROJECT INFORMATION: The services to be accomplished, include the
full range of surveying and mapping activities associated with the
planning, design and construction of features such as locks, dams,
levees channels, and breakwaters. Use of the metric system of
measurement may be required for some deliverables under the proposed
contract. 3. SELECTION CRITERIA: See Note 24 for general A-E selection
process. The selection criteria are listed below in descending order
of importance (first by major criterion and then by each
sub-criterion). Criteria a-e are primary. Criteria f-h are secondary
and will only be used as "tie-breakers" among technically equal firms.
a) Specialized experience and technical qualifications: (1) performing
field surveys and survey notes, topography, cross sections, structure
sketches, soundings, alignment and settlement surveys, construction
surveys, land surveys, horizontal and vertical control networks and
surveying computations; (2) generating survey data in a computer format
that can be directly imported into the St. Paul District CADD system;
data forms may include ASCII point datasets, total station data output,
drawn graphics in standard Intergraph IGDS format, and digital terrain
models produced from topographic surveys; (3) preparing drawings from
surveys that represent the accomplished field work, and plotting hard
copies; (4) preparation of drawings using computer-aided design and
drafting (CADD) and delivering the three-dimensional drawings in
Bentley's Microstation software, release 5.x or higher Windows 95 or
greater or Windows NT platform. Drawings must be in compliance with
A/E/C CADD Standards. The Government will only accept the final product
for full operation, without conversion or reformatting, inthe target
CADD software format, and on the target platform specified herein. The
target platform is a personal computer, with a Windows 95 or greater
or Windows NT operating system. . (5) specialized expertise in
acquiring and producing high-resolution topographic data products from
LIDAR and IFSAR sensors. Experience shall demonstrate developing
Digital Elevation Models (DEMs) in ArcInfo GRID format, Triangulated
Irregular Networks (TINs), vector contour data, and raw ASCII data sets
from these sensors. (6) quality management. b) Professional
capabilities including qualified registered professional personnel in
surveying and mapping. The evaluation will consider the management
structure; coordination of disciplines, offices and subcontractors; and
quality control plans. Evaluation will consider education, training,
registration, overall and relevant experience and longevity with the
firm. c) Past performance on DOD and other contracts with respect to
quality of work, cost control and compliance with performance
schedules. d). Capacity of the firm to perform the above-mentioned work
in the required time. e) Knowledge of surveying in snow and ice
conditions and in lakes and rivers. f). Extent of participation of SB,
SDB, WOSB, Historically Black Colleges and Universities, and Minority
Institutions in the proposed contract team measured as a percentage of
the estimated subcontracting effort. g). Location of the firm in the
general geographical area of the St. Paul District including the office
location of each person named to work on this contract. h) Volume of
DOD contract awards in the last 12 months as described in Numbered Note
24. Volume of work for the St. Paul District will also be considered
under the factor. The last three factors, minority business, location
and volume of DOD work, will not be used unless more than one firm is
considered highly qualified. Drawings submitted by the contractor are
required to be in Intergraph IGDS format compatible with the St. Paul
District CADD system. The contractor isnot required to work with
Microstation or other Intergraph software, however, the CADD system
used must provide files that the contractor may translate into the
Intergraph system. Conversion of design files to IGDS is the sole
responsibility of the contractor, and shall be incidental to the
submittal process. Drawings produced will conform to all Corps of
Engineers and District CADD drawing and mapping standards including,
but not limited to, 3-dimensional placement of translatable graphic
elements on specified levels, producing lines with specified weights,
colors, styles, and at proper elevation. The SF 255 submitted by the
contractor shall clearly delineate the type of CADD equipment, hardware
and software, intended for use on this contract, the years of operating
experience accumulated on the CADD system, and the translation methods
to be used, if translation is required, in order to provide the
intended product. The contractor shall provide references to other
projects that they have completed using thestated CADD system. 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested firms having the capabilities to perform this
work must submit 3 copies of SF255 (11/92 edition), and 3 copies of SF
254 (11/92 edition) for the prime firm and all consultants, to the
above address 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 a Federal holiday, the deadline is the close of business of
the next business day. Include the firm's ACASS number and business
size in SF 255, Block 3b. For ACASS information call 503-808-4590.
Small business size standard is less than $4M in annual receipts. In SF
255, Block 10 include: 1) The total dollar amount of the DOD contracts
and the total dollar amount of the contracting awarded the firm in the
12 months prior to this notice; 2) A description of the firms overall
design quality management plan, including management approach,
coordination of disciplines and subcontractors, and quality control
procedures; 3) An organization chart showing all named team members and
their responsibilities for this contract; and 4) A description of owned
or leased equipment that will be used to perform this contract, as well
as CADD and capabilities. The Standard Form 255 will clearly denote the
office location for each person identified in Section 7 of the form.
Solicitation packages are not provided for A-E contracts. This is not
a request for proposal (RFP). Send responses to Department of Army, St.
Paul District, Corps of Engineers, ATTN: CENCS-CT, 190 5th Street East,
St. Paul, Minnesota 55101-1638. See Note 24. For assistance in
interpreting the CBD announcements, please see the CBD Reader's Guide.
Posted 04/27/00 (W-SN449245). (0118) Loren Data Corp. http://www.ld.com (SYN# 0027 20000501\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|