|
COMMERCE BUSINESS DAILY ISSUE OF MAY 24,1996 PSA#1602USARMY ENGR DIST ST LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST
LOUIS MO 63103-2833 C -- PREPARATION OF A TACTICAL TERRAIN ANALYSIS DATA BASE AND A
PLANNING TERRAIN ANALYSIS DATA BASE, ENVIRONMENTAL AND RELATED TERRAIN
STUDIES SOL EDC000-6137-0004 POC John A. Gaal, (314) 331-8301; T. M.
Laws, Contracting Officer, (314) 331-8500 (Site Code DACW43) Reference
Solicitation No. DACW43-96-R-0722. 1. CONTRACT INFORMATION: This will
be a firm fixed-price indefinite delivery contract with a total
accumulative limit of $750,000, and each task order limited to
$150,000. The contract will be for a one-year base period, with an
option to renew for one additional year. Pending approval to implement,
the contract option may be exercised before the expiration of the base
contract period if the total for base year task orders has been
exhausted or nearly exhausted. The contract is anticipated to be
awarded in September 1996. Funds are presently not available for award
of this contract, but should be available during the fourth quarter of
FY 96. The government's minimum obligation under this contract is
$15,000 for the base year and $7,500 for the option year, if exercised.
Services are procured in accordance with PL 92-582 (Brooks A-E Act) and
FAR 36. The solicitation does not supersede contracts previously
awarded for similar work by other Corps Districts. This announcement is
open to all businesses regardless of size. 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 sub-contracting goals for the contract are
that a minimum of 25% of the contractor's intended subcontract amount
be placed with small businesses (SB), including 5% of the contractor's
intended subcontract amount be placed with Women-Owned Small
Businesses (WOSB), and 5% of the contractor's intended subcontract
amount be placed with Small Disadvantaged Businesses (SDB). The plan is
not required with this submittal. The wages and benefits of service
employees (see FAR 22.10) performing under this contract must be at
least equal to those determined by the Department of Labor under the
Service Contract Act. 2. PROJECT INFORMATION: The A-E shall be required
to produce military terrain analysis data bases, at various map scales,
of selected areas of the world to be used in staff planning. Map,
photo, and document analysis will be required. Preparation of
compilation manuscript for cartographic presentation and photographic
laboratory reproduction as well as capturing the data digitally
(digitizing) will be required. Compilation manuscripts of numerous
topical presentations at various map scales are to be compiled on mylar
overlays and may include, but are not limited to: surface materials,
roads, railroads, bridge information, airfields, landing zones, drop
zones, helicopter landing zones, vertical obstructions, surface
drainage, surface configuration, vegetation, obstacles, line of sight
and cross-country movement. The final product will be stable base film
positives and reproduction negatives of each manuscript and/or a
digitally produced product of each manuscript. Source data collection
will not be required. Source materials, sample map legends, format,
layout, and specifications for the analysis and production of all
topical map overlays, text and chart data, as well as digitizing will
be furnished by the government. The studies will include data
classified secret. The A-E must have personnel clearances, approved
secure facilities, automated data processing equipment accredited for
operation at the secret level, and storage containers for secret
information or the ability to achieve this level of security clearance
for both facilities and personnel that will be involved in the
analysis, manuscript compilation, predigitizing, cartographic,
typesetting/word processing, photo lab reproduction and digitizing
portions of this project. Qualification statements should clearly
indicate the office where the work will be performed. The A-E will be
required to visit the government's facilities to utilize the light
table mensuration system (L.T.M.S.) in the development of some topical
data. Work space and equipment will be available. A top secret
sensitive compartmented information (TS/SCI) clearance for the firm and
its personnel is required to use this system. 3. SELECTION CRITERIA: A.
See Note 24 for general A-E selection process information. B. The
following evaluation criteria for this proposed contract are mandatory
requirements and are related to one or more of the evaluation factors
in Note 24: (1) Professional qualifications necessary for satisfactory
performance of required services: Subfactors: a) Firms applying for
consideration must demonstrate expertise in the disciplines of civil
engineering, forestry, hydrology, groundwater geology, geography,
soils, photo/imagery interpretation, technical writing,
typesetting/word processing, cartography, and photographic laboratory
reproduction. b) Demonstrate expertise in clear, concise compilation
manuscript preparation and engineering technical writing associated
with the analysis of terrain and terrain features military
applications. c) Demonstrate expertise in the use of ARC/INFO and ERDAS
software operating on UNIX work stations. (2) Specialized experience
and technical competence in the type of work required: Subfactors: a)
Demonstrate a typesetting/word processing capability for processing
text and marginal information. b) Demonstrate a photographic laboratory
capability sufficient to process film sizes up to and including 40 X 60
inches. c) Demonstrate a digitizing capability for processing multiple
task orders using ARC/INFO software. (3) Capacity to accomplish the
work in the required time: a) Demonstrate secret security clearances
for facilities and personnel involved in the analysis manuscript
preparation phase, and in the cartography, typesetting/word processing,
photographic reproduction and digitizing phase, or the ability to
readily achieve these levels of clearances. b) Demonstrate Top Secret
- Sensitive Compartmented Information (TS/SCI) security clearances for
personnel who would utilize the light table mensuration system
(L.T.M.S.). c) Demonstrate that they have in-house capacity to
accomplish all of the work in accordance with the proposed contract
performance period. d) Interested firms must demonstrate the capability
to perform multiple task orders issued under this contract
simultaneously. (4) Past performance on contracts with government
agencies and private industry in terms of cost control, quality of
work, and compliance with performance schedules: Subfactor: The
proposed contract type is firm fixed price-indefinite delivery,
therefore, cost control is not of prime importance in the evaluation of
this contract. Firms with unsatisfactory or marginally unsatisfactory
past performance evaluations (poor or below average) will not receive
consideration for award of this contract. (5) 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 total estimated effort. (6) Volume of work awarded by DOD during
the previous 12 months as described in Note 24. Firms are requested to
state in block 10 of the SF 255 the value of all A-E contract awards
to the firm, including modifications, by DOD during the previous 12
months as of the date of this announcement. The relative order of
importance of the factors and subfactors follow: Factor 1 is twice as
important as factor 3. Factor 3 is slightly more important than factor
2 and 4 which are of equal importance. Factors 5 and 6 are secondary
criteria and will only be used as ''tie-breakers'' among technically
equal firms. Subfactor a) under factor 1, is three times as important
as subfactor b). Subfactors b) and c) under factor 1 are of equal
importance. Subfactor a) under factor 2, is twice as important as
subfactor b). Subfactors b) and c) under factor 2 are of equal
importance. The subfactors under factor 3 are of equal importance. 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Firms having capabilities to perform this work and desire
to be considered must submit two copies of completed SF 255 (11/92
edition) and two copies of SF 254 (11/92 edition) for the prime firm
and all consultants, 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 of the next business day. Include the firms ACASS
number in SF 255 Block 3b. For ACASS information, call 503-326-3459. In
SF 255 Block 10, describe owned or leased equipment that will be used
to perform this contract, as well as CADD capabilities. No other
notification to firms under consideration for this work will be made.
This is not a Request For Proposal (RFP).(0143) Loren Data Corp. http://www.ld.com (SYN# 0025 19960523\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|