Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590

U.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