Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1995 PSA#1491

U.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