Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1996 PSA#1567

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26 Federal Plaza, Rm 2133, New York, N.Y. 10278-0900

C -- ARCHITEC ENGINEER SERVICES FOR REAL PROPERTY MASTER PLANNING AND GIS SUPPORT, FOR DRUM, NY SOL CBAEEN-5093-0024 POC Willien Cunningham (212)264-9123 CENAN-EN-MR. The U.S. Army Corps of Engineers, New York District will require the services of a qualified Architect-Engineer firm for preparing specific components of the Real Property Master Plan and creation of an interactive GIS database for Fort Drum, NY. Project Information: Planning will consist of preparing the Long Range Component and Capital Investment Strategy, to include related development plans and the Tabulation of Existing and Required Facilities, and the Short Range Component. The Long Range Component (LRC) will include preparation of multiple, customized narrative, tabular and graphic or mapped products and reports defining long range development potentials, existing facilities and infrastructure capabilities, land use planning and environmental and other constraints which limit development. The Capital Investment Strategy (CIS) will determine facility and infrastructure requirements to support a defined population, analyze and evaluate possible solutions to shortfalls, perfrom economic analyses, determine environmental impacts and recommed a course of action for solving the deficits, consistent with the Long Range Development Plan. The short Range Component (SRC) will provide definitive and supporting information on the real property requirements of the installation in order to make informed decisions on assets management, project priorities and most effective use of limited resources in the CIS. Additional planning support may include range master planing, preparation of programming documents, environmental analyses, building utilization studies, Commander's vision documents, revisions to the Installation Design Guide and development of interior design standards. GIS support work will consist of aerial photography, mapping and population of the database structure with both digital graphics and alphanumeric data reflecting both current and future conditions as determined in the Real Property Master Plan. Limited database restructuring may be required to accommodate unique user requirements and/or specialized mapping information. Data will be gathered and recorded for specifed terrain and environmental features, structures and utility systems. Technical narrative reports will be required. Work submittals will include a flight plan, aerial photographic index, aerial photographs, the database, a database user's manual and product maps and plans. The database will be prepared in a format compatible with Intergraph MicroStation 5.XMGE/GIS and TSSDS. Additional GIS work may include development of photo mosaics, orthophotos, enhanced mapping applications and digitized or scanned floor plans. Firms desiring consideration must have a sound knowledge of Army master planning and be familiar with the automated Program Administration and Execution (PAX) system. The specific abilities and disciplines required are: Project Manager, Planner, GiS Systems specialist/Programmer, Civil Engineer, Mechanical Engineer, Electrical Engineer, Architect, Landscape architect, Environmental Specialist, Cost Engineer, Photogrametrist, Stereo Plotter Operator, Technicians, CADD Operator, Aerial Photographer/Pilot, Surveyors. lead disciplines should be registered or certified in their respective disciplines. Firms which do not have full in-house capabilities must demonstrate how they will manage subconsultants and insure quality control. Firms must identify in their submittal the working office and the personnel per discipline available at the working office. Special Qualifications: The firm must have experience in Military Master Planning and GIS systems. Firms should be familiar with the automated Program Administration and Execution (PAX) system. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Managament System (ARMS) via a Hayes or Hayes compatible modem, through an IBM or compatible PC. In addtion firms should indicate their Intergraph CADD & GIS abilities. Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the Closing date will be on the next business day. Firms should submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subconsultants are to be utilized, a SF254 must be submitted for each subconsultant. These quidelines should be closely followed, since they constitute procedural protocol in the manner in which the slection process is conducted. Evaluation factors in descending order of importance: A. Professional qualifications necessary for satisfactory performance of required services. B. Specialized experience and technical competence in the type of work required. C. Capacity to accomplish the work within the required time. D Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. e. Knowledge of the locality and location in the general geographical area of the New York District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. F. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and unversities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. G. volume of work previously awarded to the frim by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disdavantaged business firms and firms that have not had prior DoD contracts. Start date/Completion: September 1996 to October 1998. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small business. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan will be required prior to award. Firms which have not previously applied for New York District projects and firms which do not thave a current SF 254 on file with the New York District should submit two to the SF254 with this initial response to CBD announcement. Firms using consultants should submit copies of the LSF254 for their consultants. Four(4) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, NY 10278, (212)264-9123. Notification of all firms will be made within 10 calendar days after approval of the Final Selection. Notifications will not be sent after preselection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. The A/E's request for a debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. Debriefing(s) will occur within 14 calendar days after receipt of the written request. Copies of all SF254's & SF255's of all firms, who are not shortlisted, will be held for 30 calendar days after notifications are sent out. (0094)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960404\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page