|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1997 PSA#1970U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 T -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR AERIAL
MAPPING AND AERIAL PHOTOGRAPHY FOR PROJECTS UNDER THE JURISDICTION OF
SAVANNAH DISTRICT SOL DACW21-98-R-0005 POC Wade Seyle, Project Manager
-- 912/652-5508 WEB: Corps of Engineers, Savannah District,
Contracting, http://www.sas.usace.army.mil. E-MAIL: Rosetta Stewart,
rosetta.stewart@sas02.usace.army.mil. The US Army Corps of Engineers,
requires the services of an A-E firm for an indefinite delivery
indefinite quantity contract for aerial mapping and aerial photography
projects under the jurisdiction of Savannah District. The
proponderance of work under this contract will be for Savannah
District; however, the contract may be used by other Corps Districts.
The contract is anticipated to be awarded in January 1998. The contract
will consist of a basic ordering period and two option periods, each
period not to exceed one year, for a total of three years. The total of
all task orders during each ordering period may not exceed $1,000,000.
Individual task orders may not exceed, $1,000,000. The total amount of
each contract over the three year ordering period may not exceed
$3,000,000. This announcement is open to all businesses regardless of
size. Large business offerors that require subcontractors must identify
subcontracting opportunities with small business, women-owned small
business and small disadvantaged business on SF 255. If selected the
large business offeror will be required to submit a small, small
disadvantage and small women-owned subcontracting plan in accordance
with FAR 52.219.9 and DFARS 219.704/705 as part of the Request for
Proposal package. The following subcontracting goals are the minimum
acceptable goals to be included in the subcontracting plan: OF THE
SUBCONTRACTED WORK, 60% to SMALL BUSINESS, 5% to WOMEN-OWNED SMALL
BUSINESS (A COMPOSITE OF SMALL BUSINESS), 10% to SMALL DISADVANTAGED
BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that
intend to do subcontracting must convey their intent to meet the
minimum subcontracting goals on SF 255, Block 6. Written Justification
must be provided if the minimum goals cannot be provided. For
additional information concerning subcontracting requirements, please
contract Ms. Rosetta Stewart, Contract Specialist, at 912-652-5903. The
wages and benefits of service employees (see FAR 22.10) performing
under these contracts must be at least equal to those determined by the
Department of Labor under the Service Contract Act. 2. PROJECT
INFORMATION: Task orders to be issued under this contract will be used
for performing topographic surveys and aerial photography. Work may
include but not be limited to topographic surveying and aerial
photographs, planimetric mapping and setting control monuments.
Drawings must be prepared in electronic files using Microstation
format. Photographs will be submitted in digital and hard copy form. 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria a-e are primary. Criteria f-g are secondary and will only be
used as "tie-breakers" among technically equal firms. a. Specialized
experience and technical competence in (1) Perform aerial planimetric
mapping and aerial photography and submit the product in digital and
hard copy format.(2) Perform topographic surveys and deliver drawings
in Microstation format. 3) Use of in-house quality control of field
work and final work products. The firm's QC program must be discussed
in Block 10 of SF 255. b. Past performance on DoD and other contracts
with respect to cost control, quality of work and compliance with
performance schedules. c. Capacity to provide Registered Land Surveyors
registered in GA, NC & SC, a certified photogrammetrist, project
manager, stereoplotter operator, CADD operator and topographic survey
party to accomplish two simultaneous task orders. These disciplines
MUST be shown in BLOCK 4 of SF 255. Please disregard the "to be
utilized" statement at Block 4 of SF 255 and show the total strength of
each discipline. d. Professional qualifications of key management and
professional staff members who must possess all necessary licenses and
registrations required to perform surveys in GA, NC and SC and resumes
that detail the experience and qualifications of land surveyors and
photogrammetrist, survey party chiefs, CADD and stereoplotter
operators. e. Knowledge of locality as it pertains to topographic
surveying and aerial mapping and aerial photography in the three state
area. f. Degree of participation of SB, SDB, WOB, HBCU or MI as prime
contractor, subcontractor or joint venture partner. g. Volume of DoD
contract awards in the last 12 months as described in Note 24; 4.
SUBMISSION REQUIREMENTS: Interested firms having capabilities to
perform this work must submit one (1) copy of SF 255 (11/92 edition)
for PRIME and one (1) copy of SF 254 (11/92 edition) for prime and all
consultants, to the following address: US ARMY ENGINEER DISTRICT,
SAVANNAH, ATTN: CESAS-EN-EA, 100 WEST OGLETHORPE AVENUE, SAVANNAH, GA
31401-3640 not later than the close of business 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 FIRM'S ACASS NUMBER in Block 3b of SF 255.
For ACASS information, call 503/326-3459. No faxed submittals will be
accepted. Cover letters and extraneous material (Brochures, etc.) are
not desired and will not be considered. PHONE calls are discouraged
unless absolutely necessary. PERSONAL visits for the purpose of
discussing this announcement will not be scheduled. THIS IS NOT A
REQUEST FOR A PROPOSAL. (0311) Loren Data Corp. http://www.ld.com (SYN# 0111 19971112\T-0015.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|