|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR SURVEYING
& MAPPING SERVICES SOL DACA21-00-R-0023 POC POC: Wade Seyle at
912-652-5508 (Technical Questions) or Rod Hill at 912-652-5301 WEB:
U.S. Army Corps of Engineers, Savannah District, Contracting,
www.usace.army.mil. E-MAIL: Roderick Hill,
roderick.hill@sas02.usace.army.mil. 1. CONTRACT INFORMATION: The US
Army Corps of Engineers requires the services of an A-E firm for an
indefinite delivery indefinite quantity contract for opographic
surveying and mapping at various sites around the Hartwell, RB Russell
and Thurmond Lake project areas in GA & SC. The contract is
anticipated to be awarded in September 2000. The contract will consist
of a base 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 $400,000. Individual
task orders may not exceed $400,000. The total amount of each contract
over the three year ordering period may not exceed $1,200,000. This
announcement is open to all firms regardless of size. Large business
offerors must identify subcontracting opportunities with small
business, HUBZone small business, small woman-owned business, and small
disadvantaged business on their SF 255. If selected the large business
offeror will be required to submit a small/small disadvantaged &
women owned subcontracting plan in accordance with FAR 52-219.9 and
FAR/DFAR/EFAR/AFAR, Part 19.7 as a 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, 62% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A
COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE
OF SMALL BUSINESS); 1.5% HUBZone small business (A COMPOSITE OF SMALL
BUSINESS). Large business firms that intend to do any subcontracting
must convey their intent to meet the minimum subcontracting goals on
the SF 255, Block 6. Written justification must be provided if the
minimum goals cannot be provided. For additional information concerning
SUBCONTRACTING PLAN requirements, please contact Gwen Parker at
912/652-5340. The wage 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.
For additional information, please contact Rod Hill, Contract
Specialist, at 912/652-5301. 2. PROJECT INFORMATION: Task orders to be
issued under this contract will be used for topographic surveying,
boundary marking, property line identification and mapping. Work may
include but not be limited to topographic and boundary surveying,
setting control monuments and corner pins, prepare plats and perform
records and drawing (plat) research necessary to locate property lines
and monuments in the field. All mapping files must originate and be
delivered in (*.dgn) format. The contractor shall also be required to
submit work in ArcView and ArcInfo formats for direct downloading into
GIS database. 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 to (1) Perform
topographic surveys and set control monuments and deliver drawings in
(*.dgn), ArcView and ArcInfo formats. (2) 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. (3) Perform property and
boundary surveys, locating encroachments, replace missing monuments and
corner pins; (4) Perform records and drawing (plat) research to locate
property lines and monuments in the field; 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 & SC, project manager,
crew chiefs, instrumentmen, and CADD operators to accomplish two
simultaneous task orders and commence work within three days after
receipt of 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 and SC. e. Knowledge of locality as it pertains
to search of property records, benchmark data and mapping in the
Hartwell, R.B. Russell and Thurmond Lake project areas. f) Extent of
participation of SB, SDB, WO, historically black colleges and
universities and minority institutions in the proposed contract team,
measured by the percentage of the estimated effort. g) Volume of DoD
awards in the last 12 months as describe in Note 24. **** 4. SUBMISSION
REQUIREMENTS: Interested firms having the 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: U.S. Army Engineer District, Savannah, ATTN:
Ms. Karen Cooper, CESAS-EN-ES, 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 the NEXT
BUSINESS DAY. Block 10 of SF 255 SHALL NOT EXCEED PAGES PRINTED ONE
SIDE OR 5 DOUBLE SIDED PAGES and the FONT USED FOR THIS SHOULD BE 10 or
larger. Include the FIRM's ACASS number in Block 3b of the SF 255. All
required disciplines listed above shall be identified in Block 4 of SF
255 with DETAILED qualifications including experience in Value
Engineering in BLOCK 7 of SF 255. FOR ACASS INFORMATION, CALL
503/326-3459. NO FAXED SUBMITTALS WILL BE ACCEPTED. Cover letters and
extraneous materials (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. Posted 04/25/00
(W-SN448225). (0116) Loren Data Corp. http://www.ld.com (SYN# 0026 20000427\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|