Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 20,1997 PSA#1806

US 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