Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 29, 2000 PSA #2757
SOLICITATIONS

C -- IDIQ A&E CONTRACT FOR PROFESSIONAL SURVEYS OF CONSTRUCTION AND PLANNING PROJECTS

Notice Date
December 27, 2000
Contracting Office
USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922
ZIP Code
95814-2922
Solicitation Number
DACW07-01-R-0004
Point of Contact
Linda Hales, 916-557-5156
Description
Indefinite Delivery Order, Architect Engineering Contract for professional surveys of construction and planning projects located with the San Francisco District Corps of Engineers jurisdictional boundaries which include San Francisco north to the Oregon border and south to San Luis Obispo. This project is 100% Small Business Set-Aside. The NAICS code for this project is 541360. The size standard under NAICS code 541360 for this project is $4,000,000.00. Services shall include all types of land surveys, hydro surveys, photogrammetry, mapping and plotting of survey results, computation of earthwork quantities, and other related survey services. All hydrographic survey work shall be performed to Class I specific standards in Corps of Engineers Hydrographic Survey Manual, EM 1110-2-1003 (http://www.usace.army.mil/inet/usace-docs/engmanuals/em1110-2-1003/toc.htm). Officers and crew must have a current, valid USCG license or correctly endorsed document as required by the USCG. All vessel(s) must comply with all U.S. Coast Guard safety regulations and be able to operate in restricted maneuvering areas, rivers, open bay waters and offshore entrance channels. The principal of the firm and all party chiefs must be licensed surveyors or civil engineers licensed to practice surveying in the State of California. The contractor shall be responsible for accomplishing surveys and preparing drawings using computer-aided design and drafting (CADD) and delivering the drawings in (1) Autodesk AutoCAD CADD software, release 14/release 2000 or higher, MS Windows 98/Windows NT 4.0 or higher and/or (2) Intergraph MicroStation J or higher, electronic digital formats. The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform is a Pentium-400 Mz or faster workstation with a MS Windows 98/Windows NT 4.0, or higher operating system. The applicable SF 254 experience profile code is 102. Item 4 of Form 255 shall indicate personnel strength of the principal firm at the office where work is to be accomplished. Additional personnel strength, including consultants, may be indicated parenthetically. In order to be considered for selection, you must note in Block 10 of the SF 255 all DOD contracts awarded to your firm and all affiliates (do not include consultants) during the last 12 months along with the dollar amount of the awards and the total amount awarded. The A-E selection board will use a numerical scoring system to establish maximum scores for each firm on each of the six evaluation criteria stated in relative order of importance in Note 24. Criteria 1 thru 5 are primary. Criteria 6 thru 8 are secondary and will only be used as "tie-breakers" among technically equal firms. In addition to the six evaluation criteria, the following sub-criteria (which are all equal) shall be evaluated. 1. Professional Qualifications: The evaluation will consider education, and overall and relevant experience. 2 Specialized Experience: The evaluation will consider the following: (a) Documented experience in land and hydro surveying utilizing state-of-the-art automated equipment and methods such as differential GPS, photogrammetry, and digital terrain models. (b) Automated hydrographic survey systems to include as a minimum computerized system interfaced with the following equipment: Electronic positioning equipment (x,y,z data collection in real-time): digital/analog depth recorder; hull mounted, dual frequency (28 khz and 200 khz), 4 degree or less beam width, transducer(s); on-board plotter; automatic tide gage update display; and line track indicator. Navigation software capable of plotting vessel location once each second, record 10 soundings per second, process the hydrographic data in "real-time", review cross sections immediately after completing each survey line, and update tide readings; post plot software capable of accurately editing field survey data and producing quality plan plots, cross section plots and reliable volume quantity computations. Differential Global Positioning System (DGPS) to be used as the primary navigation system, capable of achieving Class 1 (sub-meter) accuracy with conventional (meter level accuracy) laser range-azimuth and range-range systems to be available as backup, secondary positioning systems. The location of boats with this equipment relative to San Francisco District geographical boundaries as further defined in criteria No. 5 below will also be considered as part of sub criteria (b). (c) prior team experience with significant subcontractors. 3. Capacity to Accomplish the Work in the Required Time: The evaluation will consider total vessels, equipment and personnel strength of key disciplines for the proposed team including subcontractors and consultants in relation to the firm's projected workload for the contract period of performance. 4. Past Performances. Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. 5. Knowledge of locality: The evaluation will consider the firm's knowledge of wind, wave conditions, tidal currents in the San Francisco District's geographic boundary through experience in the geographic boundary which extends from the Oregon border south so San Luis Obispo and east to the Sacramento/San Joaquin valleys. 6. Extent of participation of minorities in the proposed contract team, measured as a percentage. 7. Volume of DOD contract awards the last 12 months as described in Note 24. 8. Geographic Location. Location of the essential staff for this project (or a commitment to locate) in the general geographical area of this project. Firms desiring consideration must submit SF 254 (if not already on file), and a SF 255 within 30 calendar days from the date of this notice, to the attention of Linda Hales, USACE, Contracting Division, 1325 J Street, Sacramento, California 95814-2922. An indefinite delivery order contract is expected to be awarded for a 12-month period. Cumulative total for all task orders will not exceed $1,000,000.00 for the term of the contract and each task order shall not exceed the annual contract amount. This contract may be renewed for two additional year periods with additional ceilings of not to exceed $1,000,000.00. If contract amount for base year period or preceding option period has been exhausted or nearly exhausted, an option can be exercised prior to expiration of contract period. This is one of two surveying contracts -- criteria to be used in allocating orders among the contracts is a sixty-forty split. At the time a specific requirement becomes known, a scope of work will be provided to the Contractor and a final price for the particular work may be negotiated in accordance with the contract terms. Further information may be obtained by contacting Richardo Galdarnez at (415) 977-8572. Firms desiring consideration shall submit appropriate data as described in numbered Note 24. Also see Note 26 (Commerce Business Daily, Monday edition) This is not a request for proposal.
Record
Loren Data Corp. 20001229/CSOL003.HTM (W-362 SN5097F7)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 27, 2000 by Loren Data Corp. -- info@ld.com