Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,2000 PSA#2659

U.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, HYDROGRAPHIC, & MAPPING SERVICES TO SUPPORT THE MOBILE DISTRICT'S CIVIL WORK PROGRAM, OPERATIONS DIVISION, TUSCALOOSA SITE OFFICE SOL DACW01-00-R-0043 POC Contact Dewayne Brackins, (334) 694-3743, Contracting Officer, Sue L. Speights 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, Hydrographic, and Mapping Services to Support the Mobile District's Civil Works Program, Operations Division, Tuscaloosa Site Office. This announcement is a Total Small Business SetASIDE. A small business Architect-Engineer firm has average annual receipts over the past 3 years of no more than $4,000,000. The contract will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three 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 of the 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. 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 contract will primarily be used to: (A) Perform hydrographic surveys of rivers within the Tuscaloosa Site Office boundaries (all soundings will be compensated via Heave Compensation Devices as per the U.S. Army Corps of Engineers Hydrographic Survey Manual EM 110-Z-1003 dated 28 February 1991); (B) Perform Topographic surveys within the Tuscaloosa Area Office project area; (C) Perform Global Positioning System Surveys for high order control; (D) Perform traverse and triangulation of second or third order accuracy, levels for vertical control of second or third order accuracy, route locations, roads, levees, dikes, quantity surveys for preconstruction and/or final cross-sections, and computations of quantities using TIN (Triangulated Irregular Network). The work will be in Alabama, and Mississippi or other locations within the Mobile District civil boundaries when such work is assigned to the Tuscaloosa Site Office. 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 D are primary. Criteria E thru F are secondary andwill 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: (1) Registered Land Surveyor and Certified Hydrographic Surveyor in Alabama and Mississippi; (2) Project Manager; (3) Hydrographic Party Chief; (4) Hydrographic Instrument Person; (5Land Party Chief; (6) Land Instrument Person; (7) Draftsperson; (8) CADD Operator. The evaluation will consider education, registration, and relevant experience in the type work required. 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; B. Specialized Experience and Technical Competence in: (1) Hydrographic surveys using steel tagline, electronic distance measuring equipment (Range/Range or Range/Azimuth) and electronic depth measuring equipment; (2) Differential Global Positioning System (DGPS) real time positioning; (3) Topographic surveys using a Total Station with data collector; (4) Control surveys using Global Positioning System (GPS); (5) Provide the data in digital format compatible to AutoCad Release 12; (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 ability, equipment, and expertise to field up to six (6) hydrographic survey parties during the Spring with a sustained effort of four (4) hydrographic 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. Geographic Location: Geographic location with respect to the Southeastern United States; F. 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 14 September 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 08/04/00 (W-SN482454). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0015 20000808\C-0002.SOL)

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


Created on August 5, 2000 by Loren Data Corp. -- info@ld.com