Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 24,2000 PSA#2607

US Army Corps of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160

C -- AUTOMATED REVETMENT SURVEYS ON THE MISSISSIPPI, ATCHAFALAYA AND RED RIVERS SOL DACW29-00-R-0053 POC POC Contract Specialist, Lisa Johnson, 504-862-1163 Automated Revetment Surveys on the Mississippi, Atchafalaya and Red Rivers 1. CONTRACT INFORMATION: The New Orleans District Corps of Engineers intends to contract for A-E services to perform hydrographic surveys on the Mississippi, Atchafalaya and Red Rivers. A firm fixed-price contract for a period of eight months is scheduled for award in November 2000, to be completed June 2001. Estimated total cost of the proposed services is between $600,000 -- $900,000. This 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 for work it plans to subcontract. The plan is not required with this submittal. 2. PROJECT INFORMATION: The New Orleans District requires Hydrographic & Topographic surveys obtained using Differential Global Positioning Systems (DGPS) and automated sounding systems for its revetment and preconstruction surveys at selected locations on the Mississippi, Atchafalaya and Red Rivers. Pre-construction revetment surveys shall consist of approximately 220 ranges over 4.4 miles of river bank at 2 proposed sites on the Atchafalaya River and 4 proposed sites on the Mississippi River. Existing revetment surveys shall consist of approximately 13,500 ranges over 275 miles of river bank at 85 sites on the Mississippi River and approximately 2,319 ranges at 36 sites on the Atchafalaya River and at 3 sites on the Red River. Elevations will be provided at approximately 20 foot intervals on each range. Firms must indicate capability of using both multi-beam bathymetric and single tranducer technology to obtain hydrographic surveys. Overbank surveys will be made at all preconstruction sites and major bank failures as described in the contract. All survey data for each range, no matter how the data are obtained shall be edited, combined, transmitted electronically (or furnished on compact disk (CD), in the format specified in the contract. CADD and/or chart deliverables shall be furnished in the format specified in the contract. 3. SELECTION CRITERIA: See Note 24 for general selection process. Selection evaluation factors in descending order of precedence are: (1) Specialized experience and technical competence in the type of work required. (2) Relative to capacity, the A-E shall exhibit at least the following minimum personnel and equipment: one registered land surveyor, one 4-person shore control survey party, three 2-person hydrographic surveying crews, each equipped with a minimum 18' survey boat with cabin, and with DGPS and automated depth sound equipment, of which 1 crew is to be outfitted with multi-beam system. (3) Past performance on contracts with DOD agencies. (4) A quality control plan appropriate for the scope of work. (5) Safety plan and performance (man-hours lost in the last 100,000 worked). (6) Professional qualifications necessary for satisfactory performance of required services. (7) Geographic proximity of firm. (8) Volume of DOD contract awards in the last 12 months as described in Note 24. (9) Extent of participation of SB, SDB, HUBZone SB, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. For the Safety Plan and Quality Control Plan, skeletal outlines demonstrating the content of such plans are sufficient; however, not addressing these items will be viewed as non-responsive. Criteria 1 through 6 are primary. Criteria 7 through 9 are Secondary and will only be used as " tie breakers " among technically equal firms. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit 5 copies of SF 255, SF 254 and any other pertinent information. The nine evaluation factors listed above must be addressed in block 10 of the SF 255 for the prime contractor as well as all subcontractors and consultants make submissions to the address below not later than the close of business onthe 30th day after the date of publication of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday the deadline is the close of business of the next business day. Include the Firm's ACASS number in block 3b of the SF255. For ACASS information, call (503) 808-4594. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, CEMVN-CT-T, Attn: Lisa Johnson, Foot of Prytania Street, New Orleans, LA 70118-1030. Solicitation packages are not provided. This is not a request for proposal. Posted 05/22/00 (W-SN457228). (0143)

Loren Data Corp. http://www.ld.com (SYN# 0030 20000524\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page