Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 25,1998 PSA#2124

USAED, SACRAMENTO, ENGINEERING DIVISION,, A-E NEGOTIATIONS UNIT,, 1325 J STREET ROOM 1079, SACRAMENTO CALIFORNIA 95814-2922

C -- IDIQ CONTRACT FOR SURVEYING, PHOTOGRAMMETRIC AND GIS SERVICES, MILITARY INSTALLATIONS AND CIVIL LOCATIONS WITHIN THE SACRAMENTO DISTRICT SOL DACW05-98-R-0036 DUE 072898 POC MR. KEN PARKINSON, UNIT LEADER, A-E NEGOTIATIONS 916/557-7470.CONTRACTING OFFICER FREDERICK STRICKLAND (Site Code DACA05) INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT FOR SURVEYING, PHOTOGRAMMETRIC & GIS SERVICES, MILITARY INSTALLATIONS AND CIVIL LOCATIONS, WITHIN THE SACRAMENTO DISTRICT. 1. CONTRACT INFORMATION. A-E services are required for military installations and civil locations within the geographical area serviced by the Sacramento District. Military boundaries include CA, AZ, NV, and UT while, civil boundaries include CA, OR, NV, UT, AZ, WY, and CO. A specific scope for work and services required will be issued with each task order. Drawings may be prepared in the metric system of measurement. The contractor shall be responsible for drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in AutoCAD CADD software, Release 12, or later and/or Microstation Release 5.0 or later. The Government will only accept the final product for full operation, without conversion of reformatting. Drawings produced by scanning drawings of record of containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD or Microstation electronic digital format. This work will include all architectural/engineering (A-E) and related services necessary to complete the taskings. More than one firm may be selected. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts, Section 00800, SAACONS 52.0216-4821, Task Order Selection Criteria and Procedures (Oct 1995). Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in September 1998. Each contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and two one-year options not-to-exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract will be negotiated as needed between the Government and the A-E. Task orders shall not exceed the annual contract amount. This announcement is open to all firms regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 62% for small business. Out of that 62% to small business, 10% is for small disadvantaged business (subset to small business) and 5% is for small business/woman owned (subset to small business). The firms selected for these contract will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. 2. PROJECT INFORMATION. Task orders to be issued under this contract may include miscellaneous photogrammetric mapping, related aerial photography and lab work, digitized data base mapping in Intergraph, Autocad and M.G.E. and ArcInfo G.I.S. compatible formats including digital terrain modeling. 3. SELECTION CRITERIA. See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "A" through "D" are primary. Criteria "E" through "G" are secondary and will only be used as "tie-breakers" among technically equal firms. A. Specialized experience and technical competence in: (1)Capability and recent experience in photogrammetric compilation at scales ranging from 1"-20' to 1"=400'; digitized database mapping in Intergraph, Autocad and M.G.E. and ArcInfo G.I.S. compatible formats: analytical bridging; aerial photography; lab services; GPS and conventional field control (horizontal & vertical); field topographic surveys at scales 1"-20' to 1"-50'; and miscellaneous surveying services. (2)Experience in horizontal control surveys, vertical control surveys, GPS control surveys, topographic surveys, hydrographic surveys, photogrammetric mapping, G.I.S., analytical triangulation, orthophotos, aerial photography and lab processing. B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. C. Qualified professional personnel in the following key disciplines: at least at one registered land surveyor. The following personnel are to be registered or highly trained: GPS technician, survey party chief, survey instrument technician, photogrammetrist, G.I.S. programmer, G.I.S. systems technician, CADD technician, draftsman, aerial photography pilot, aerial photographer and lab technician. The evaluation will consider each individual's education, training, certification and registration, overall relevant experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at different locations. E. Volume of DoD contract awards in the last 12 months as described below. F. Location of the firm in the general geographical area of the Sacramento District Office. G. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS. See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) U.S. Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, Attn: A-E Negotiations Unit. In Block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In Block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreement for the submitting office only. In Block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24 and 26. For a listing of all Sacramento District projects and registration information for the Contractor Registration (CCR) database, see Contracting Division's Internet Home Page at http://www.usace.mil/cespk-ct which is updated daily. Please note that all contractors and potential contractors must be registered with the CCR database by 31 May 1998. (0174)

Loren Data Corp. http://www.ld.com (SYN# 0023 19980625\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page