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