|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1995 PSA#1491U.S. Army Corps of Engineers, Philadelphia, Wanamaker Building, 100
Penn Square East, Philadelphia, PA 19107-3390 C -- INDEFINITE DELIVERY CONTRACT FOR PHOTOGRAMMETRIC SURVEYING
SERVICES Contact, Robert M. Bencal, 215-656-6606. 1. Contract
Information: The Philadelphia District, U.S. Army Corps of Engineers
intends to award up to two Indefinite Delivery Contract(s) for
Photogrammetric Surveying and Related Services within the boundaries of
the district. The contract will be for one year with an option for an
additional year. The maximum delivery order limit is $150,000.00. The
cumulative amount of all delivery orders shall not exceed $400,000.00
in either the base or option year. The cumulative total for both the
base and option year shall not exceed $800,000.00. In addition, the
total Federal Information Processing (FIP) work allowed under each
contract including both the base and option years is $250,000.00,
pursuant to the regulatory Delegation of Procurement Authority (DPA)
CENAP-96-0016. 2. Project Information: Work will include but not be
limited to global positioning system (GPS) capability, digital mapping
including the production of digital evaluation models (e.g.,
triangulated irregular networks (TIN), aerial photography,
hydrologic/hydraulic engineering, digital databases development,
digital orthophotography, and utility software development as related
to the aforementioned services to accomplish District missions
predominantly for the Federal Emergency Management Agency (FEMA). All
digital information must be compatible with the workstation ARC/INFO
(version 7.0.3 and higher) geographic information system (GIS). Work in
support of other agencies or USACE elements may be required under this
contract. All work shall comply with the ruling jurisdictional
regulations and laws to include the requirements for registrations,
licenses and certifications. Responding firms must be familiar with
USACE requirements and regulations. Work will normally be within the
geographic boundaries of the Philadelphia District: including but not
limited to the Delaware River Basin, the Atlantic Ocean coastline from
New Jersey to the Delaware-Maryland state line, and the Chesapeake and
Delaware (C&D) Canal. This area includes portions of five states:
Delaware, Maryland, New Jersey, New York and Pennsylvania. Work in
areas outside of Philadelphia District boundaries may also be required.
Selected contractor will be required to use metric (SI) units for
measurements. 3. Selection Criteria: Significant evaluation criteria in
relative descending order of importance are: (1) Primary expertise in
photogrammetric surveying, related ground control surveying including
GPS capability, and aerial photography; in the complete production of
workable digital evaluation data, digital databases, digital
orthophotography, and other digital mapping in workstation ARC/INFO
version 7.0.3 (and higher) software format; (2) Secondary expertise in
the development of utility software programs for various GIS
applications, specifically applications to serve as an interaction
between the ARC/INFO program (version 7.0.3 and higher) and HEC-1 and
HEC-2; with HEC-2 hydraulic computer programs such that models can be
created with cross section data in GR input format and bridge data in
BT input format; with common hydrologic methods that develop accurate
streamline estimates; (3) Professional qualifications of the staff
related to the general and specialized experience above and
satisfactory performance of the required services; (4) Capacity to
accomplish work in the required time; (5) Past performance, especially
on Department of Defense (DOD) contracts will be reviewed in terms of
cost control, quality of work and schedule compliance. Lack of
experience on DOD contracts will not necessarily preclude a firm from
consideration; (6) Location with the general geographic area, provided
that a sufficient number of qualified firms respond to this
announcement; (7) Extent of participation of SB, SDB, historically
black colleges and universities, and minority institutions in the
proposed contract team, measured as a percentage of the estimated
effort. As a requirement for negotiations, the selected contractor will
submit for government approval a quality control plan which will be
enforced through the life of the contract. The district reserves the
right to terminate negotiations, and selected contractor will submit
for government approval a quality control plan which will be enforced
through the life of the contract. The district reserves the right to
terminate negotiations with firms that do not respond to Government
requests for proposals, information, documentation, etc. in accordance
with established schedules. 4. Submission Requirements: Responding
firms must clearly present billing amounts for all USACE work as well
as all other DOD work for the past year prior to the date of this
announcement. Firms which desire consideration and meet the
requirements described in the announcement are invited to submit a
completed SF 254 and SF 255 revised 11/92 for the prime firm and SF 254
for each consultant, to the above address not later than the 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 the next business day. Include ACASS number in Block
3b. of the SF 255. Call the ACASS Center at 503-326-3459 for
information on obtaining an ACASS number. This is not a request for
proposals. No other notification to firms for this project will be
made. (347) Loren Data Corp. http://www.ld.com (SYN# 0017 19951214\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|