Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,2000 PSA#2655

U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR TOPOGRAPHIC SURVEYING AND AERIAL MAPPING AND PHOTOGRAPHY FOR PROJECTS UNDER THE JURISDICTION OF SAVANNAH DISTRICT SOL DACW21-00-R-0012 POC Wade Seyle, Project Manager -- 912-652-5508 (Technical Questions) or Donald Bruce 912-652-5981 (Contractural Questions) WEB: U.S. Army Corps of Engineers, Savannah District, Contracting, www.ebs.sas.usace.army.mil. E-MAIL: Donald E. Bruce, donald.e.bruce@sas02.usace.army.mil. The US Army Corps of Engineers, requires the services of an A-E firm for an indefinite delivery indefinite quantity contract for topographic surveying and aerial mapping and photography for projects under the jurisdiction of Savannah District. The proponderance of work under this contract will be for Savannah District; however, the contract may be used by other Corps Districts. The contract is anticipated to be awarded in December 2000. The contract will consist of a basic ordering period and two option periods, each period not to exceed one year, for a total of three years. The total of all task orders during each ordering period may not exceed $1,000,000. Individual task orders may not exceed, $1,000,000. The total amount of each contract over the three year ordering period may not exceed $3,000,000. In the event that the Government has reached the capacity for any of the contract years early it shall have the right to exercise the option at a date earlier than the 1 year period. This announcement isopen to all businesses regardless of size. Large business offerors that require subcontractors must identify subcontracting opportunities with small business, women-owned small business and small disadvantaged business on the SF 255. If selected the large business offeror will be required to submit a Small Business Contracting Plan in accordance with FAR 52.219.9 and DFARS 219.704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan: OF THE SUBCONTRACTED WORK, 62% to SMALL BUSINESS, 5% to WOMEN-OWNED SMALL BUSINESS (A COMPOSITE OF SMALL BUSINESS), 10% to SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do subcontracting must convey their intent to meet the minimum subcontracting goals on SF 255, Block 6. Written Justification must be provided if the minimum goals cannot be provided. For additional information concerning subcontracting requirements, please contract Mr. Donald Bruce, Contract Specialist, at 912-652-5981. 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. 2. PROJECT INFORMATION: Task orders to be issued under this contract may include topographic surveying and aerial mapping and photography; property and boundary surveys; preparation of drawings, maps and plans; and performance of record and drawing (plat) research necessary to locate property lines and monuments in the field. All drawings must be originated and delivered in .dgn format. In addition GIS data will be originated and submitted in ArcView and Arc Info formats for downloading into a GIS database. Work shall be submitted in both electronic files and hard copy. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in (1) Topographic and aerial surveying and mapping and production of deliverables in .dgn format. (2) Preparation and delivery of deliverables in ArcView and Arc Info formats. ( 3) Use of GPS units in performance of topographic surveys and aerial photography/mapping. (4) Use of in-house quality control of field work and final work products. The firm's QC program must be discussed in Block 10 of SF 255. b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Capacity to provide Registered Land Surveyors registered in GA, NC & SC, a certified photogrammetrist, project manager, stereoplotter operator, CADD operator and topographic survey party to accomplish two simultaneous task orders. These disciplines MUST be shown in BLOCK 4 of SF 255. Please disregard the "to be utilized" statement at Block 4 of SF 255 and show the total strength of each discipline. d. Professional qualifications of key management and professional staff members who must possess all necessary licenses and registrations required to perform surveys in GA, NC and SC and resumes that detail the experience and qualifications of land surveyors and photogrammetrist, survey party chiefs, CADD and stereoplotter operators. e. Knowledge of locality as it pertains to topographic surveying and aerial mapping and aerial photography in the three state area. f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime contractor, subcontractor or joint venture partner. g. Volume of DoD contract awards in the last 12 months as described in Note 24; 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit one (1) copy of SF 255 (11/92 edition) for PRIME and one (1) copy of SF 254 (11/92 edition) for prime and all consultants, to the following address: US ARMY ENGINEER DISTRICT, SAVANNAH, ATTN: CESAS-EN-ES (Karen Cooper), 100 WEST OGLETHORPE AVENUE, SAVANNAH, GA 31401-3640 not later than the close of business the 30th day after the DATE 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 SF 255. For ACASS information, call 503/326-3459. No faxed submittals will be accepted. Cover letters and extraneous material (Brochures, etc.) are not desired and will not be considered. PHONE calls are discouraged unless absolutely necessary. PERSONAL visits for the purpose of discussing this announcement will not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL. Posted 07/31/00 (W-SN480479). (0213)

Loren Data Corp. http://www.ld.com (SYN# 0015 20000802\C-0005.SOL)

C - Architect and Engineering Services - Construction Index  |  Issue Index |


Created on July 31, 2000 by Loren Data Corp. -- info@ld.com