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