Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1997 PSA#1790

US Army Engr Dist New Orleans, PO Box 60267, New Orleans La. 70160

C -- AUTOMATED REVETMENT SURVEYS ON THE MISSISSIPPI, ATCHAFALAYA, AND RED RIVERS, LA SOL DACW29-97-R-0027 POC Contract Specialist, Jane B. Kulick at (504) 862-2869 Contracting Officer, Martha Sloan at (504) 862-1161 1. CONTRACT INFORMATION: The New Orleans District Corps of Engineers wants to contract for A-E services to perform hydrographic surveys on the Mississippi, Atchafalaya and Red Rivers. A firm fixed-price contract for a period of one year is scheduled for award prior to November 1997. This work will be performed during the period of November 1997 -- June 1998. Estimated total cost of the proposed services is between $500,000 -- $800,000. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: Hydrographic surveys are required using Differential Global Positioning Systems (DGPS) and automated sounding systems to perform revetment and preconstruction surveys at selected locations on the Mississippi, Atchafalaya and Red Rivers. Construction revetment surveys shall consist of approximately 200 ranges over 3.8 miles of river bank at one (1) proposed site on the Atchafalaya River and three (3) proposed sites on the Mississippi River. Existing revetment surveys shall consist of approximately 14,500 ranges over 275 miles of river bank at 85 proposed sites on the Mississippi River and approximately 2,500 ranges at 34 proposed sites on the Atchafalaya River and at three (3) proposed sites on the Red River. Soundings will be provided at approximately 20 foot intervals on each range. A Differential Global Positioning System (DGPS) will be used in making hydrographic surveys. Firms must indicate a capability of using both multi-beam bathymetric and single transducer technology to obtain hydrographic surveys. Overbank surveys will be made at all preconstruction sites and major bank failures as described in the contract. All survey data for each range, no matter how the data are obtained, shall be edited, combined, and furnished on computer floppy disk or transmitted electronically in the format specified in the contract. CADD and/or chart requirements shall be furnished in the format specified in the contract. 3. SELECTION CRITERIA: See Note 24 for general selection process. Selectionevaluation factors in descending order of importance are: (1) Specialized experience and technical competence; (2) Capacity to accomplish the work in the required time. Relative to capacity, the A-E shall list the availability of the following minimum personnel and equipment: one registered individual in land surveying, hydrography, or civil engineering, one 4-person shore control survey party, three 2-person hydrographic surveying crews, each equipped with a minimum 18' survey boat with DGPS and automated depth sounding equipment, of which one (1) crew is to be outfitted with multi-beam system; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, and a quality control plan appropriate for the scope of work; (4) Professional qualifications necessary for satisfactory performance of required services; (5) Safety plan and performance (man-hours lost in last 100,000 worked); (6) Geographic proximity of firm; (7) Volume of DOD contract awards in the past 12 months as described in Note 24; (8) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions on the proposed contract team, measured as a percentage of the estimated effort. Criteria 1 through 5 are primary. Criteria 6 through 8 are secondary and will only be used as a "tie breaker" among technically equal firms. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit five (5) copies of SF 255, SF 254 and any other pertinent information. The eight evaluation factors listed above must be addressed in block 10 of the SF 255 for the prime contractor as well as all subcontractors and consultants to the address below not later than the close of business on the 30th day after the date of publication of this announcemnt. 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 firm's ACASS number in Block 3b of the SF 255. For ACASS information, call (503) 326-3459. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, CELMN-CT-T, Attn: Jane Kulick, Foot of Prytania Street, New Orleans, LA 70118-1030. Solicitation packages are not provided. This is not a request for proposal. Refer to Announcement No. DACW29-97-R-0027. (0055)

Loren Data Corp. http://www.ld.com (SYN# 0024 19970226\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page