COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660 U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- SURVEYING, MAPPING AND GIS OF HTRW SITES PRIMARILY IN OMAHA
DISTRICT & CONUS SOL DACA45-00-R-0021 DUE 091100 POC Chuck Paukert
402-221-4403, Brian Hunter 402-221-4886, Kevin McElroy 402-221-4108
WEB: Omaha District Advertised Solicitations,
http://ebs.nwo.usace.army.mil/ebs/contract.htm. E-MAIL: Diana L.
Vanderzanden, diana.l.vanderzanden@nwo.usace.army.mil. DESC: SOL:
DACA45-00-R-0021, DUE: 11 September 2000, 3:30 PM CDT. POC For
procedural questions, contact Chuck Paukert at: (402) 221-4403;
technical : Brian Hunter at (402) 221-4668; contractual: Kevin McElroy
(402) 221-4108, Fax number (402) 221-4530, e-mail Kevin.P.Mcelroy
@usace.army.mil. NO SOLICITATION package will be issued. SUBMITTAL
REQUIREMENTS: Solicitation packages are not provided for A-E contracts.
This is not a request for proposal. Firms desiring consideration must
submit two copies of a combined SF 255 and separate SFs 254 for prime
and each consultant. To be considered, submittals must be addressed as
follows: U.S. Army Corps of Engineers, Omaha District, CENWO-ED, ATTN:
Chuck Paukert, 215 North 17th Street, Omaha, NE 68102-4978. SUBMITTALS
must be received no later than 3:30 PM CDT on 11 September 2000.
CONTRACT INFORMATION: An Indefinite Delivery Type contract will be
awarded for a period of one year with an option for two additional one
year extensions. The contract amount will not exceed $1,000,000 in any
period. Task Orders will be issued from time to time as the need arises
during the contract period. The amount of the task orders will not
exceed the contract amount in any period. Contract award is anticipated
in December 2000. Types of services required will include surveying,
mapping and GIS services. Allocation of task orders from among firms
awarded the proposed contracts or with IDT contracts for similar work
will be based on the following factors: specialized customer or enhance
execution, past experience with a specific customer or knowledge of the
locality, availability of appropriate staff, performance on previous
task orders, magnitude of task order relative to remaining contract
capacity, equitable workload distribution. If a large business is
selected for this project, it must comply with FAR 52.219-9 regarding
the requirement for a subcontracting plan on that part of the work it
intends to contract. This plan is not required with this submittal. The
Omaha District's subcontracting goals for this contract are that a
minimum of DESC: SOL: DACA45-00-R-0021, DUE: 11 September 2000, 3:30 PM
CDT. POC For procedural questions, contact Chuck Paukert at: (402)
221-4403; technical : Brian Hunter at (402) 221-4668; contractual:
Kevin McElroy (402) 221-4108, Fax number (402) 221-4530, e-mail
Kevin.P.Mcelroy @usace.army.mil. NO SOLICITATION package will be
issued. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided
for A-E contracts. This is not a request for proposal. Firms desiring
consideration must submit two copies of a combined SF 255 and separate
SFs 254 for prime and each consultant. To be considered, submittals
must be addressed as follows: U.S. Army Corps of Engineers, Omaha
District, CENWO-ED, ATTN: Chuck Paukert, 215 North 17th Street, Omaha,
NE 68102-4978. SUBMITTALS must be received no later than 3:30 PM CDT
on 11 September 2000. CONTRACT INFORMATION: An Indefinite Delivery Type
contract will be awarded for a period of one year with an option for
two additional one year extensions. The contract amount will not exceed
$1,000,000 in any period. Task Orders will be issued from time to time
as the need arises during the contract period. The amount of the task
orders will not exceed the contract amount in any period. Contract
award is anticipated in December 2000. Types of services required will
include surveying, mapping and GIS services. Allocation of task orders
from among firms awarded the proposed contracts or with IDT contracts
for similar work will be based on the following factors: specialized
customer or enhance execution, past experience with a specific customer
or knowledge of the locality, availability of appropriate staff,
performance on previous task orders, magnitude of task order relative
to remaining contract capacity, equitable workload distribution. If a
large business is selected for this project, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on that
part of the work it intends to contract. This plan is not required with
this submittal. The Omaha District's subcontracting goals for this
contract are that a minimum of 61.2% of the contractor's intended
subcontract amount be placed with small businesses (SB), 9.1% be placed
with small disadvantaged businesses SDB), and 4.5% be placed with
women-owned small businesses WOSB). PROJECT INFORMATION: Task orders
under this contract may include boundary, control, topographic and
photogrammetric surveying and mapping that will include hazardous,
toxic and radioactive waste (HTRW) sites. Work will include preparation
of digital topographic databases using computer-aided design and
drafting (CADD). Geographical Information System (GIS) and the Global
Positioning System (GPS). Site safety and health plans may also be
required depending on site conditions. Work will primarily be located
within the Omaha District, but may be anywhere in the U.S. subject to
higher headquarters approval. Use of the metric system of measurement
may be required for some deliverables under the proposed contract,
however, metric system experience is not a selection criterion and is
not required for selection. SELECTION CRITERA: See Note 24 for general
selection process. Criteria for selection, in order of importance,
are: (a) Recent specialized experience and technical competence of the
firm (including consultants) in: (1) 3-D data collection for
Intergraph DTM to produce digital topographic databases including
digital orthophotography, photogrammetric 3-D data collection and
Intergraph 3-D design files. (2) Digital data collection using break
line technology and compilation, abstracting and boundary surveying,
national map accuracy standards requirements and control standards,.
(3) Development and manipulation, from various sources, of GIS
databases, including Intergraph Microstation GIS (MGE) and all modules,
ARC/INFO and all modules, SOLARIS and SUN/OS. (4) Producing Computer
Aided Drafting and Design (CADD) drawings fully compatible with one of
the following: Intergraph NT System 5 Microstation 32 (Version 5.0 or
later, Intergraph MS-DOS Microstation PC (Version 5.0 or later). (5)
Producing quality products as evidenced by the firm's quality control
procedures. (6) Effective coordination and management of the project
team including consultants. (b) Professional qualifications and
specialized experience in providing services similar to those listed
above of the proposed team members (including consultants) in the
following disciplines: Field personnel are required to have physicals
and the 40 hour course in health and safety for Hazardous Waste
Operations (HAZWOPER) per OSHA 29 CFR 1910-120, land surveying
(licensed, HAZWOPER certified), surveying team leader (HAZWOPER
certified), surveying technician (HAZWOPER certified), photogrammetry,
certified industrial hygiene, GIS technician, CADD technician. (c)
Capacity to accomplish the work in the required time, including the
ability to complete more than one task order at a time. (d) Past
performance as described in Note 24. (e) Extent of participation of SD,
SDB,historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. (f) Volume of DOD contract awards in the last 12
months as described in Note 24. with small businesses (SB), 9.1% be
placed with small disadvantaged businesses (SDB), and 4.5% be placed
with women-owned small businesses WOSB). PROJECT INFORMATION: Task
orders under this contract may include boundary, control, topographic
and photogrammetric surveying and mapping that will include hazardous,
toxic and radioactive waste (HTRW) sites. Work will include
preparation of digital topographic databases using computer-aided
design and drafting (CADD). Geographical Information System (GIS) and
the Global Positioning System (GPS). Site safety and health plans may
also be required depending on site conditions. Work will primarily be
located within the Omaha District, but may be anywhere in the U.S.
subject to higher headquarters approval. Use of the metric system of
measurement may be required for some deliverables under the proposed
contract, however, metric system experience is not a selection
criterion and is not required for selection. SELECTION CRITERA: See
Note 24 for general selection process. Criteria for selection, in order
of importance, are: (a) Recent specialized experience and technical
competence of the firm (including consultants) in: (1) 3-D data
collection for Intergraph DTM to produce digital topographic databases
including digital orthophotography, photogrammetric 3-D data
collection and Intergraph 3-D design files. (2) Digital data collection
using break line technology and compilation, abstracting and boundary
surveying, national map accuracy standards requirements and control
standards,. (3) Development and manipulation, from various sources, of
GIS databases, including Intergraph Microstation GIS (MGE) and all
modules, ARC/INFO and all modules, SOLARIS and SUN/OS. (4) Producing
Computer Aided Drafting and Design (CADD) drawings fully compatible
with one of the following: Intergraph NT System 5 Microstation 32
(Version 5.0 or later, Intergraph MS-DOS Microstation PC (Version 5.0
or later). (5) Producing quality products as evidenced by the firm's
quality control procedures. (6) Effective coordination and management
of the project team including consultants. (b) Professional
qualifications and specialized experience in providing services similar
to those listed above of the proposed team members (including
consultants) in the following disciplines: Field personnel are required
to have physicals and the 40 hour course in health and safety for
Hazardous Waste Operations (HAZWOPER) per OSHA 29 CFR 1910-120, land
surveying (licensed, HAZWOPER certified), surveying team leader
(HAZWOPER certified), surveying technician (HAZWOPER certified),
photogrammetry, certified industrial hygiene, GIS technician, CADD
technician. (c) Capacity to accomplish the work in the required time,
including the ability to complete more than one task order at a time.
(d) Past performance as described in Note 24. (e) Extent of
participation of SD, SDB, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. (f) Volume of DOD contract awards
in the last 12 months as described in Note 24. Posted 08/07/00
(W-SN483253). (0220) Loren Data Corp. http://www.ld.com (SYN# 0029 20000809\C-0006.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 7, 2000 by Loren Data Corp. --
info@ld.com
|
|
|