Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,2000 PSA#2588

U. 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