Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 24, 2001 PSA #2858
SOLICITATIONS

T -- INDEFINITE DELIVERY CONTRACT FOR SURVEYING AND MAPPING SERVICES TO SUPPORT THE MOBILE DISTRICT AND SOUTH ATLANTIC DIVISION

Notice Date
May 22, 2001
Contracting Office
U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001
ZIP Code
36628-0001
Solicitation Number
DACW01-01-R-0015
Point of Contact
Contact Mr. Dewayne Brackins, (334) 694-3743; Contracting Officer, Sue L. Speights
E-Mail Address
http://sam.usace.army.mil (http://sam.usace.army.mil)
Description
CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract for Surveying and Mapping Services to Support the Mobile District and South Atlantic Division. This announcement is a Total Small Business SetAside. A small Business Architect-Engineer firm has average annual receipts over the past three- (3) years of no more than $4,000,000. The contract will be awarded for a one-year base period with options to extend the contract for two additional one-year periods, not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed up to $1,000,000 for each contract period. (If the $1,000,000 limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. 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. All interested Architect-Engineers are reminded that, in accordance with the provisions of Clause 52.219-14, Limitation on Subcontracting, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 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. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541370 (previous SIC code was 8713). PROJECT INFORMATION: The selected firm will be required to perform surveying and mapping services. Some of the services are of the following types: Select and evaluate existing monuments for stability, siting and intervisibility; write digital descriptions, set airport control stations including concrete monuments, disk in bedrock and rod marks; establish control by high accuracy GPS; process data from GPS observations; provide written reports with diagrams, sketches, tables, photographs; "Input Formats and Specifications of the National Geodetic Survey Data Base, (with changes dated April 1, 1998)" FGCS, volumes I -- III, 1994. (abbr: blue book) GPS data for incorporation into the National Geodetic Survey DataBase; performance of topographic surveys. The firm shall have the capability to provide digital surveying and mapping data that is readable and fully operational on a CADD system. Current operating software is Intergraph MicroStation J and AutoCAD 2000 and delivery of files must be made on CD-ROM or an FTP site. The majority of the work will be located within the United States; however work may be located in other locations assigned to the Mobile District and South Atlantic Division. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general selection process. The selection criteria are listed below in descending order of importance. Criteria A thru D are primary. Criteria E is secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines, with registration required where applicable: (1) Project Manager; (2) GPS Party Chief; (3) Software Specialist (including GPS software); (4) CADD Operators. The evaluation will consider education, registration, and relevant experience in the type work required. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement; B. Specialized Experience and Technical Competence in: (1) Experience with "A Order" GPS services; (2) Use of dual frequency receivers; (3) Experience setting stability quality code B monuments by driving stainless steel rods to refusal; (4) Experience with performing survey work at airport with knowledge of airport protocol, airfield markings, and coordination with airport officials; (5) Blue book experience; (6) Experience using WDDPROC Software (descriptions); (7) Experience with GPS software programs PAGES and ADJUST; (8) Detailed topographic surveys; (9) Intergraph and AutoCAD Digital Data services; (10) List of GPS hardware and software owned; (11) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to field as many as ten (10) dual frequency GPS receivers with personnel to operate the receivers and process the data; D. Past Performance: Past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Equitable Distribution of DOD Contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the Commerce Business Daily for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one (1) completed copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 28 June. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after the closing date of this announcement. In Block 2b of the SF 255 include RFP Number and in Block 3a list two (2) principal contacts of firm. In Block 3b include the ACASS number of all the participating offices that are proposed to perform work. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. In addition to the SF 255 and SF 254 a Summary of Capability Worksheet, version 97.2 or higher, must be submitted with the proposal. All previous Summary of Capability Worksheets is obsolete. The worksheet may be obtained from ftp://ftp.sam.usace.army.mil/pub/en/Survey. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must indicate the number and amount of fees awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Response to Block 10 is limited to 25 single-sided pages. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on July 17. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. The Selection Board chairperson will notify, in writing, all firms of their selection status within 10 days after approval of the selection. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec.
Web Link
http://www.sam.usace.army.mil (http://www.sam.usace.army.mil)
Record
Loren Data Corp. 20010524/TSOL004.HTM (W-142 SN50M7U9)

T - Photographic, Mapping, Printing and Publication Services Index  |  Issue Index |
Created on May 23, 2001 by Loren Data Corp. -- info@ld.com