|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT
(109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001 C -- IDC FOR SURVEYING & MAPPING SVCS TO SUPPORT THE MOBILE DISTRICT'S
MISSION & THE SOUTH ATLANTIC DIVISION SOL DACA01-00-R-0047 POC Contact
Dewayne Brackins, (334) 694-3743; Contracting Officer, Edward M. Slana
WEB: http://www.sam.usace.army.mil, http://www.sam.usace.army.mil.
E-MAIL: cesam.plansroom@sam.usace.army.mil,
cesam.plansroom@sam.usace.army.mil. CONTRACT INFORMATION: A-E services
are required for an Indefinite Delivery Contract for Surveying and
Mapping Services to Support the Mobile District's Mission and the South
Atlantic Division. This announcement is open to all businesses
regardless of size. The contract will be awarded for a one-year base
period with option to extend the contract for one additional one-year
period, not to exceed a total of two years. Work under this contract to
be subject to satisfactory negotiation of individual task orders, with
the total contract not to exceed up to $250,000 for each contract
period. (If the $250,000 limit for a contract period is exhausted or
nearly exhausted prior to 12 months after the start of the period, the
option for the next contract period may be exercised). There is a
possibility that multiple contracts may be awarded on this
solicitation. Selection of A-E firms is not based upon competitive
bidding procedures, but rather upon the professional qualifications
necessary for the performance ofthe required services. All interested
Architect-Engineers are reminded that, in accordance with the
provisions of PL 95-507, they will be expected to place subcontracts to
the maximum practicable extent consistent with the efficient
performance of the contract with small and small disadvantaged firms.
If a large business is selected for this contract, it must comply with
FAR 52.219-9 regarding the requirement for a subcontracting plan for
that part of the work it intends to subcontract. The subcontracting
goals for this contract are as follows: a minimum of 61.2% of the
contractor's intended subcontract amount be placed with small
businesses (SB), 9.1% be placed with small disadvantaged businesses
(SDB), 5% be placed with women-owned small businesses (WOSB) and 1.5%
be placed with HUBZone small business. The subcontracting plan is not
required with this submittal. The wages and benefits of service
employees (see FAR 22.10) performing under these contracts must be at
least equal to those determined by the Department of Labor under the
Service Contract Act. A firm fixed price contract will be negotiated.
The Standard Industrial Classification (SIC) code for this action is
8713. PROJECT INFORMATION: The selected firm will be required to
perform services of the following types: Digital Data, detailed
topographic (planetable and/or Digital) mapping, vertical control,
horizontal control, land boundary, and Global Positioning System (GPS)
in the states of Alabama, Florida, Georgia, Mississippi, and
Tennessee; however, work may be located in any of the fifty (50)
states, Republic of Panama, Central or South America, Puerto Rico, the
U.S. Virgin Islands, or other locations as may be assigned to the
Mobile District and South Atlantic Division. The firm shall have the
capability to provide digital surveying and mapping data that is
readable and fully operational on an Intergraph computer-aided design
and drafting (CADD) system. Current operating software is Intergraph
Microstation SE and deliver of files must be made on 3.5" disk or
CD-Rom. SELECTION CRITERIA: See Note 24 in the Monday publication of
the Commerce Business Daily for general 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
thru E are primary. Criteria F thru H are secondary and will only be
used as "tie-breakers" among technically equal firms. A. Professional
Qualifications: The selected firm must have, either in-house or through
consultants, the following disciplines, with registration required
where applicable: (1) Registered Land Surveyor (All land survey work
must be performed under the direction of a Registered Land Surveyor
registered in the state where the work is performed). To be considered,
the Registered Land Surveyor and Registration Number must be given for
the States of Alabama, Florida, Georgia, Mississippi, and Tennessee;
(2) Project Managers; (3) Party Chiefs; (4) Instrument Men; (5) CADD
Operators. Resumes (Block 7 of the SF 255) must be provided for these
disciplines, including consultants. In the resumes under Project
Assignments, use the same discipline nomenclature as is used in this
announcement. The evaluation will consider education, registration, and
relevant experience in the type work required; B. Specialized
Experience and Technical Competence in: (1) Intergraph and AutoCAD
Digital Data services; (2) List detailed topographic mapping for
military design projects (total station and/or GPS); (3) List detailed
utility mapping; (4) List vertical and horizontal control; (5) Global
Positioning System services; (6) In Block 10 of the SF 255 describe
the firm's quality management plan, including the team's organization
with an organizational chart, quality assurance, cost control, and
coordination of the in-house work with consultants; C. Capacity to
Accomplish the Work: The capacity to field four (4) survey parties with
a sustained effort of two (2) survey parties; D. Past Performance: Past
performance on Department of Defense (DOD)contracts with respect to
cost control, quality of work, and compliance with performance
schedules; E. Knowledge of the Locality: Knowledge of locality of work
in terms of laws required for each state for surveying and mapping; F.
Geographic Location: Geographic location with respect to the region
under consideration; G. Small Business, Small Disadvantaged Business
and Women-Owned Small Business Participation: Extent of participation
of small businesses, small disadvantaged businesses, women-owned small
businesses, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the total estimated effort; H. Equitable Distribution of DOD contracts:
Volume of DOD contract awards in the last 12 months as described in
Note 24 of the Monday publication of the Commerce Business Daily.
SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the
Commerce Business Daily for general submission requirements. Interested
Architect-Engineer firms having the capabilities to perform this work
are invited to submit one (1) completed copy of their SF 255
Architect-Engineer and Related Services Questionnaire for Specific
Project for themselves and one (1) completed copy of their SF 254 for
themselves and one for each of their subcontractors to: U.S. Army Corps
of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins,
109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL
36628-0001. The 11/92 edition of the forms must be used, and may be
obtained from the Government Printing Office. Submittals must be
received no later than 3:00 P.M. Central Time on 6 June 2000.
Regulation requires that the Selection Board not consider any
submittals received after this time and date. Late proposal rules in
FAR 15.412 will be followed for submittals received after the closing
date of this announcement. In Block 2b include RFP Number and in Block
3a list two (2) principal contacts of firm. Include ACASS number in
Block 3b of the SF 255. To obtain ACASS number, fax the first page of
your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS
Center at 503-808-4591. In addition to the SF 255 and SF 254 a Summary
of Capability Worksheet, version 97.2 or higher, must be submitted
with the proposal. All previous Summary of Capability Worksheets is
obsolete. The worksheet may be obtained from
ftp://ftp.sam.usace.army.mil/pub/en/Survey. A maximum of ten (10)
projects including the prime and consultants, will be reviewed in Block
8. In Block 10 of the SF 255, responding firms must indicate the number
and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E
contracts during the 12 months prior to this notice, including change
orders and supplemental agreements for the submitting office only. A
project specific design quality control plan must be prepared and
approved by the Government as a condition of contract award, but is not
required with this submission. Response to Block 10 is limited to 25
pages. This is not a request for proposal. Solicitation packages are
not provided. As required by acquisition regulations, interviews for
the purpose of discussing prospective contractors' qualifications for
the contract will be conducted only for those firms considered most
highly qualified after submittal review by the selection board.
Interviews will be conducted by telephone. To be eligible for contract
award, a firm must be registered with the Central Contractor
Registration database. For instructions on registering with the CCR,
please see the CCR Web site at http://www.acq.osd.mil/ec. Posted
05/03/00 (W-SN451084). (0124) Loren Data Corp. http://www.ld.com (SYN# 0020 20000505\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|