|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1997 PSA#1806US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101 JEFFERSON PLAZA
NE, ALBUQUERQUE NM 87109-3435 R -- INDEFINITE DELIVERY CONTRACT FOR AERIAL PHOTOGRAMMETRIC MAPPING
SERVICES FOR THE ALBUQUERQUE DISTRICT SOL DACA47-97-R-0016 DUE 041897
POC Contract Specialist Linda J. Anderson (505) 342-3451 (Site Code
DACA47) 1. CONTRACT INFORMATION: One Indefinite Delivery contract will
be awarded for Photogrammetric Services for a period of one year, with
options to extend two additional years. The work will be primarily
photogrammetric mapping services for Civil Works and military projects
within the Albuquerque District boundaries, which include Southern
Colorado, New Mexico and Southwest Texas. However, the Contractor may
be required to work outside these boundaries. Work will be negotiated
and initiated by issuance of delivery orders with the contract NTE
$500,000 per year, total contract NTE $1,500,000 and each delivery
order NTE $500,000. The successful firm is guaranteed no less than
$10,000 in the basic year and, if the option years are exercised, the
firm is guaranteed $5,000 per option year. This contract will be
procured in accordance with Pl 92-582 (Brooks A-E Act) and FAR Part 36.
This procurement is unrestricted. 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. In accordance with Public Law 95-707, large
business firms are reminded that a subcontracting plan will be required
which provides for subcontracting work to Small and Small Disadvantaged
firms to the maximum extent practicable. If any of the work is to be
subcontracted, the Albuquerque District goal is for 60% of the total
subcontracted dollars to go to small business, 10% go to small
disadvantaged business and 5% go to women owned business. The
anticipated award date is September 1997. 2. PROJECT INFORMATION: The
work will involve all services associated with the production of
photogrammetric mapping including; ground control surveys, associated
utility surveys, aerial photography, stereocompilation, photo lab
processing, analytical aerotriangulation, and topographic and digital
orthophoto base mapping. Both English and Metric systems of measurement
will be utilized. 3. SELECTION CRITERIA: See Note 24 for the general
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and then by
each sub-criterion). Criteria a-e are primary. Criteria f-h are
secondary and will be used as "tie-breakers" among technically
qualified firms. (a) PROFESSIONAL QUALIFICATIONS. The firm must have an
American Society for Photogrammetry and Remote Sensing (ASPRS) or
equivalent certified photogrammetrist in-house. The firm must also be
able to provide a registered land surveyor and expertise for the
following; ground control and utility surveys, aerial photography,
orthophotography, analytical aerotriangulation, stereocompilation,
drafting and photo lab processing. The photogrammetrist or
stereocompiler must have experience in preparing DTM's and development
of GIS remote sensing data. The survey party chief must be experienced
with the Global Positioning System (GPS). (b) SPECIALIZED EXPERIENCE
AND TECHNICAL COMPETENCE. Firms must demonstrate experience in; ground
control and utility surveys; aerial photography; planimetric,
topographic, and digital orthophoto base mapping; Geographic
Information System (GIS)/remote sensing work; and digital terrain
modeling (DTM). The firm must be able to provide an aerial camera with
a 6 inch focal length that has been calibrated by the United States
Geological Survey (USGS) within the last three years. The firm must
indicate the ability to deliver final mapping in MicroStation (version
95) and AutoCad (version 13). The firm must also indicate the ability
to provide DTM's in Intergraph InRoads version 7.0 DTM binary file
format or as regular point and break point ASCII files compatible with
InRoads version 7.0. Firms must be able to provide GIS and remote
sensing data in formats compatible with ARC/INFO software. Firms that
have an established Quality Control program will be given preference.
(c) PAST PERFORMANCE. Past performance on contracts with Governmental
agencies and private industry in terms of quality of work, cost
control, and compliance with performance schedules; (d) KNOWLEDGE OF
THE LOCALITY. Firms knowledge of the area and State Plane Coordinate
Systems encompassed by the Albuquerque District boundaries is
advantageous. (e) CAPACITY. The firm must demonstrate the personnel and
equipment capacity necessary to accomplish the required services on an
as-needed basis. (f) Location of the firm with respect to Albuquerque,
New Mexico, provided there are a sufficient number of qualified firms
in the area. (g) Volume of DoD contract awards in the last 12 months as
described in Note 24. (h) 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. In-house capabilities will be weighted heavier than
subcontracted work in the evaluation process. Joint Venture Firms will
be considered as having capabilities in- house. 4. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must
submit one copy of SF 255 (11/92 edition, including prime and
subcontractor qualificatons), and one copy of SF 254 (11/92 edition)
for the prime firm and each subcontractor 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.
Solicitation packages are not provided. The solicitation number is
DACA47-97-R-0016. Only data furnished by the responding firm on the SF
254 and SF 255 will be considered in the selection process. Personnel
qualifications of all key subcontractors are to be included in block
7 of the prime's SF 255. Responding firms are requested to clearly
identify those tasks to be performed in-house and at what office and
those tasks to be subcontracted and at what office. The SF 255 should
specifically address the requirements of this announcement. Responding
firms are requested to summarize their equipment and computer
capabilities in block 10 of the SF 255. Firms responding as Joint
Ventures must state the intent in block 5 of the SF 255. FIRMS SHALL
PROVIDE REFERENCES, TO INCLUDE TELEPHONE NUMBERS FOR PROJECTS LISTED IN
BLOCK 8 OF THE SF 255. FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO
MORE THAN 10 PAGES. The POC is Linda J. Anderson (505)342-3451. No
other general notifications will be made and no further actions will be
required from firms under consideration. This is not a Request For
Proposal. (0077) Loren Data Corp. http://www.ld.com (SYN# 0065 19970320\R-0008.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|