|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,1995 PSA#1421Dept. of the Army, St. Paul District Corps of Engineers, 190 Fifth
Street E., St. Paul, Minnesota 55101-1638 T -- A-E INDEFINITE DELIVERY CONTRACT FOR SURVEYING AND MAPPING
SERVICES IN EASTERN MINNESOTA AND WESTERN WISCONSIN SOL SPPEMA52210105
POC Debbie Peterson, (612) 290-5408/Contracting Officer, Denise M.
McCarthy, (612) 290-5409 CONTRACT INFORMATION: Architect-Engineering
services are required for an Indefinite Delivery Type Contract for
surveying and mapping services. The A-E firm will perform the services
under individual delivery orders NTE $150,000 each and NTE a total of
$750,000 over a 1-year period. However, the Government obligates
itself to obtain no less than $22,500 in services during the period of
the contract. The Government may, at its own discretion, extend the
contract for an additional 1 year and an additional $750,000. This
announcement is open to all businesses regardless of size. The contract
is anticipated to be awarded by March 1996. 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 this contract are
that a minimum of 60.3% of the contractor's intended subcontract amount
be placed with small business (SB), including small disadvantaged
businesses (SDB) and women owned businesses (WOB), of which 9.8% be
placed with SDB, and 2.9% with WOB. The plan is not required with this
submittal. The Corps has requested Service Contract Act wage rates for
the following locations: Cass, Grand Rapids, Barnes and Richland
Counties in North Dakota; Dane, Eau Claire, La Crosse and St. Croix
counties in Wisconsin; and Blue Earth, Clay, Crow Wing, Dakota,
Hennepin, Olmstead, Polk, Ramsey, Rice, Scott, St. Louis and Washington
Counties in Minnesota. Upon request of any interested offeror, the
Government will request a Service Contract Act wage determination for
other possible places of performance. If you wish the Corps to obtain
a Service Contract Act wage determination for a location other than one
listed above, you must provide the Corps with a written request for an
additional Service Contract Act wage determination within 30 days
after the date of this announcement. That request must contain the
state and county where the offeror proposes to perform the work. If you
are awarded this contract and the place where you will perform the work
is not covered by a Service Contract Act Wage Determination requested
by the Corps and you do not timely request the Corps to obtain an
additional Service Contract Act Wage Determination for your particular
place of performance, the Corps will request a Service Contract Wage
Determination for your particular place of performance and incorporate
it into the contract (retroactive to the date of award) with no
adjustment in contract price. PROJECT INFORMATION: The work is to be
accomplished within the limits of the St. Paul District, primarily in
Eastern Minnesota and Western Wisconsin. The services to be
accomplished include the full range of surveying and mapping activities
associated with the planning, design and construction of features such
as locks, dams, levees channels, and breakwaters. SELECTION CRITERIA:
See Note 24 for general selection process. The selection criteria in
descending order of importance are: a. Professional capabilities
including qualified professional personnel in surveying and mapping. b.
Specialized experience and technical competence in (1) performing field
surveys and survey notes, topography, cross sections, structure
sketches, soundings, alignment and settlement surveys, construction
surveys, land surveys, horizontal and vertical control networks and
surveying computations; (2) generating survey data in a computer format
that can be directly imported into the St. Paul District CADD system;
data forms may include ASCII point datasets, total station data output,
drawn graphics in standard Intergraph IGDS format, and digital terrain
models produced from topographic surveys; (3) preparing drawings from
surveys that represent the accomplished field work, and plotting hard
copies; (4) CADD; (5) quality management. The evaluation will consider
the management structure; coordination of disciplines, offices and
subcontractors; and quality control plans. Required information
includes an organization chart of the firm and subcontractors
indication key individuals in the management, performance and review of
this contract. c. Capacity to accomplish 4 delivery orders with
overlapping schedules. d. Past performance on contracts with respect to
cost control, quality of work and compliance with performance
schedules. e. Knowledge of surveying in snow and ice conditions and in
lakes and rivers. f. Extent of participation of SB, SDB, WOB,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated subcontracting effort. g. Location of the firm in the general
geographical area of the St. Paul District. h. Volume of DOD contract
awards in the last 12 months as described in Note 24. Volume of work
for the St. Paul District will also be considered under this factor.
The last three factors, minority business, location and volume of DOD
work, will not be used unless more than one firm is considered highly
qualified. Drawings submitted by the contractor are required to be in
Intergraph IGDS format compatible with the St. Paul District CADD
system. The contractor is not required to work with Microstation or
other Intergraph software, however, the CADD system used must provide
files that the contractor may translate into the Intergraph system.
Conversion of design files to IGDS is the sole responsibility of the
contractor, and shall be incidental to the submittal process. Drawings
produced will conform to all Corps of Engineers and District CADD
drawing and mapping standards including, but not limited to,
3-dimensional placement of translatable graphic elements on specified
levels, producing lines with specified weights, colors, styles, and at
proper elevation. The SF 255 submitted by the contractor shall clearly
delineate the type of CADD equipment, hardware and software, intended
for use on this contract, the years of operating experience accumulated
on the CADD system, and the translation methods to be used, if
translation is required, in order to provide the intended product. The
contractor shall provide references to other projects that they have
completed using the stated CADD system. SUBMITTAL REQUIREMENTS:
Interested A-E firms having the capabilities to perform this work must
submit two copies of Standard Form 255, and separate Standard Form 254
for the prime and all consultants/subcontractors (only the 11-92
revised edition of these Standard Forms will be accepted) to the below
address not later than close of business on 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. A-E firms shall indicate their business size in item 3 of
Form 255. Responding firms must indicate the following in item 10: 1)
the number and amount of Department of Defense contracts and the total
amount of contracting awarded in the 12 months prior to this notice;
2) include the percentage of the estimated subcontracting amount that
would go to SB, SDB, WOB, historically black colleges and universities,
and minority institutions; and 3) a description of the firms overall
design quality management plan, including management approach,
coordination of disciplines and subcontractors, and quality control
procedures. Information, number of personnel and past job experience
provided in the Standard From 255 shall reference the firm or local
office providing the service and all designated subcontractors.
Solicitation packages are not provided for A-E contracts. This is not
a request for proposal. Send responses to Department of Army, St. Paul
District, Corps of Engineers, ATTN: CENCS-CT, 190 5th St. E., St.
Paul, Minnesota 55101-1638. See Note 24. For Standard Form information
or questions call Ms. Debbie Peterson at (612) 290-5408. (Ref. No.
SPPEMA52210105). (0240) Loren Data Corp. http://www.ld.com (SYN# 0083 19950829\T-0002.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|