|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633U.S. Army Engineer District, Chicago, Corps of Engineers, 111 North
Canal Street, Chicago, Illinois 60606-7206 C -- INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER CONTRACT FOR
HYDROGRAPHIC SURVEYING SERVICES WITHIN THE CHICAGO DISTRICT US ARMY
CORPS OF ENGINEERS POC For technical information contact: Robert Behrns
(312)353-6400 X3045, for contractual information contact: Katherine L.
McClendon (312)353-6400 X1701. 1. CONTRACT INFORMATION: Hydrographic
surveying services, procured in accordance with PL 92-582 (Brooks A-E
Act) and FAR Part 36, are required for various civil works projects
within the Chicago District boundaries (Northeastern Illinois and
Northern Indiana). The possibility exists that work may also be
performed within the boundaries of the Corps of Engineers Great Lakes
and Ohio River Division (CELRD). The CELRD boundaries include all or
parts of 17 states: Minnesota, Wisconsin, Illinois, Indiana, Ohio,
Kentucky, New York, Pennsylvania, West Virginia, Tennessee, Alabama,
Mississippi, Georgia, Michigan, North Carolina, South Carolina and
Virginia. One (1) Indefinite Delivery Type contract will be negotiated
and awarded, with a base period of one year from the date of award
with options to extend for up to two additional one year periods. Work
will be assigned by negotiated delivery orders. Individual,
fixed-price delivery orders will not exceed $250,000 and the annual
ceiling for the base year and any option year is $500,000. Minimum
guaranteed amount for the base year is $10,000.00 and $5,000 for each
individual option year. The estimated award date of the contract will
be November 2000. This announcement is open to all businesses
regardless of size (UNRESTRICTED). If a large business 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 it
intends to subcontract. The subcontracting goals for the Chicago
District are (1) at least 37.3% of a Contractor's intended subcontract
amount be placed with small businesses (SB), including small
disadvantaged businesses (SDB), and women owned small business (WOSB);
(2) at least 10.5% of a Contractor's intended subcontract amount be
placed with SDB; and (3) at least 4% of a Contractor's intended
subcontract amount be placed with WOSB. The small business size
standard for SIC 8711 (Engineering Services) is $2.5 million annual
average gross revenue for the last 3 fiscal years. 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: Work includes
hydrographic surveying for river and harbor navigation, beach/shoreline
studies and coastal structure surveys. Work will require differential
Global Positioning System (GPS) and conventional survey techniques.
Maps and drawings must be submitted hard copy F-size drawings, and
Intergraph Microstation 95,SE or J format with J being the most
preferred. 3. SELECTION CRITERIA: See Note 24 for general selection
process. Firms must demonstrate in their submission the ability to meet
the following requirements, listed in relative order of importance
(first by major criterion and then by each sub-criterion). Criteria
A)-E) are primary. Criteria F)-H) are secondary and shall only be used
as "tie breakers" among technically equal firms, these criteria are
weighted equally. A) Specialized experience and technical competence
with respect to personnel and projects: (1) To perform hydrographic and
bathymetric surveys, by electronic methods, in accordance with the
standards set forth in EM 1110-2-1003, Hydrographic Surveying and EM
1110-1-1005, Topographic Surveying for: (a) Lake, river and harbor
navigation condition surveys. (b) Beach, shoreline and riverbank
erosion topographic surveys. (c) Multibeam hydrographic surveys. (d)
Marine structure surveys. (e) Side scan sonar surveys. (f) Horizontal
and vertical control surveys. (g) River cross section surveys. (2) Own
or lease an automated hydrographic survey vessel(s) capable of being
trailered to and operate on Chicago District waterways. The vessel must
be equipped with: (a) full motion compensation. (b) Shallow water
acoustic imagery from a single transducer. (c) Be multi-beam and
sidescan sonar capable. (3) Own or lease static/kinematic GPS equipment
capable of subcentimeter measurement accuracy and conduct surveys in
accordance with EM 1110-1-1003, NAVSTAR Global Positioning System
Surveying for: (a) Static surveys. (b) Fast/Rapid static (stop and go
kinematic) surveys. (c) On the fly kinematic surveys. (4) Ability to
deliver digital data in the following formats: (a) Intergraph
Microstation version 95, SE or J. (b) Intergraph Inroads/Inexpress. B)
Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules. C)
Knowledge of the locality with respect to 1) Great Lakes hydrographic
surveys. 2) USGS coordinate systems in the states of Illinois and
Indiana and vertical datums. D) Professional Qualifications. (1)
Professional Engineer in Illinois and/or Indiana. (2) Professional Land
Surveyor in Illinois and/or Indiana. (3) Hazardous Toxic Waste (HTW)
certification as required by EM 385-1-1, U.S. Army Corps of Engineers
Health and Safety Requirements Manual dated September 3, 1996, 29 CFR
1920.120 OSHA and 29 CFR 1926.65 OSHA, informationregarding such
experience should be included in Block 7 and Block 10 of SF 255. E)
Capacity to accomplish the work in the required time and the ability to
perform two 100,000 work orders within a 6 month period. F) Volume of
DOD contract awards in the last 12 months as described in Note 24. G)
Geographic proximity to the nine county area of the Chicago District.
Cook, DuPage, Lake, Kane, McHenry and Will Counties in Illinois. Lake,
LaPorte and Porter Counties in Indiana. H) Extent of participation of
SB, SDB, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Firms which meet the requirements of
this announcement are invited to submit in duplicate two completed
copies of SF 255 and SF 254 (November 1992 Edition only) to the address
below not later than close of business on the 30th day after the date
of this announcement. A separate SF 254 is required for each
subcontractor. A-E firms shall indicate their business size in Block 3
of Standard Form 255. Include ACASS number in Block 3b. Call the ACASS
Center at 503-808-4591 to obtain a number. In Block 10 of the SF 255,
describe the firm's overall design quality management plan, including
management approach, coordination of disciplines and subcontractors,
and quality control procedures. Information on number of personnel and
past job experience provided in the Standard Form 255 shall reference
the firm or local office providing the service and all designated
subcontractors. Supplemental information regarding specialized
experience and equipment should be included in Block 10 of SF 255. If
the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is
the close of business of the next business day. Responding firms must
indicate the number and dollar amount of Department of Defense
contracts awarded in the 12 months prior to this notice. SIC Code for
this procurement is 8711, small business is classified as under
$2,500,000 in annual receipts for the last three year average. Annual
receipts of a concern which has been in business for three or more
complete fiscal years means the annual average gross revenue of the
concern taken for the last three fiscal years. No additional contract
information will be given to firms. Phone calls are discouraged unless
absolutely necessary. SF 254s and SF 255s are to be submitted to: US
Army Engineer District, Chicago, ATTN: Contracting Officer, 111 North
Canal Street, Chicago, IL 60606-2166. Solicitation packages are not
provided. This is not a Request for Proposal. Posted 06/28/00
(W-SN469440). (0180) Loren Data Corp. http://www.ld.com (SYN# 0017 20000630\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|