Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 25, 2001 PSA #2879
SOLICITATIONS

C -- INDEFINITE DELIVERY A-E CONTRACTS FOR ENGINEERING SURVEYING AND LAND SURVEYING SERVICES

Notice Date
June 21, 2001
Contracting Office
U.S. Army Engineer District, Rock Island, Corps of Engineers, Clock Tower Building, P.O. Box 2004, Rock Island, Illinois 61204-2004
ZIP Code
61204-2004
Solicitation Number
DACW25-01-R-0012
Response Due
August 6, 2001
Point of Contact
Connie Duffy, Contract Specialist, 309-794-5219 or Cindy Pleasant, Contracting Officer, 309-794-5239
E-Mail Address
Click here to contact the contract specialist via (Connie.L.Duffy@usace.army.mil)
Description
I. CONTRACT INFORMATION: Services of qualified A-E firms are sought to provide Engineering Surveying and Land Surveying for the Rock Island District, US Army Corps of Engineers. At least two Indefinite Delivery contracts may be negotiated and awarded. The contract will consist of individually negotiated task orders with an individual or cumulative total not to exceed $500,000 during a one year period, with an option to extend for two additional years. Contractor is guaranteed no less than $10,000 the first year and $5,000 for each of the option years if extended. If concurrent multiple awards are made, task orders will be allocated based upon the Contracting Officer's determination of the special qualifications of the firm, the nature of the work involved in the task order, the immediacy of the work and availability of the firm. Distribution of the work will be a secondary consideration. Estimated initial contract award dates are December 2001 and December 2002. An option period may be exercised early when the amount of the current period is exhausted. See Note #1. II. PROJECT INFORMATION: Types of surveys will include horizontal and vertical control, cross-sections, property boundary, and minor hydrographic site work. Services are to be primarily for engineering of civil works projects (but may include military support projects) and primarily within the Rock Island District boundaries ( IA, IL, WI, MN, MO), but they may also be required for selected areas throughout the Mississippi Valley Division. Task Orders may include topographic surveying and mapping and boundary surveying delivered as digital databases. Total station three-dimensional (3-D) data collections techniques will be required, including breakline technology (TIN/DTM compilation); and locating and verifying both above and below ground utility systems using all available electronic means. Boundary surveys required may include courthouse research (adjoiners, outgrants and easements), and licensed land surveying. Global Positioning System (GPS) surveying capability will be required utilizing static, fast static and kinematic procedures to obtain three dimensional coordinate values. National Map Accuracy Standards and Corps of Engineers or other Federal Agency control standards may be required. III. SELECTION CRITERIA: The selection criteria are limited in descending order of importance (first by major criterion and then by sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a "tie-breaker," if necessary in ranking most highly qualified firms. SELECTION CRITERIA are: A. Recent specialized experience and technical competence of the firm (including consultants) in (1) topographic surveying and mapping as described above. (2) Boundary surveying with courthouse research as described above. (3) GIS and Computer Aided Drafting and Design (CADD) and ability to produce deliverables fully compatible with one of the following Rock Island District's systems: Microsoft NT/Windows 2000 based MicroStation (version J or higher) or ESRI ArcInfo (version 8.02 or higher) or ArcView (version 3.2 or higher) as required. Finished products shall be in compliance with the AEC CADD Standards of Spatial Data Standards as appropriate and the Rock Island District Electronic Deliverables guidance. These standards are published by the CADD/GIS Technology Center in Vicksburg, Mississippi, and the Rock Island District. 4. Utilization of latest technology, which improves efficiency of effort, e.g., electronic leveling instruments. (5) Locating above and below ground utilities. (6) Producing quality products as evidenced by the firm's quality control procedures outline in the Management Plan. (7) Effective cooperation and management project team, including consultants as outlined in the Management Plan. B. Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members in the following disciplines: land surveying (licensed); survey party chief; GIS specialist and CADD specialist. C. Capacity to accomplish the work in the required time, including adequate equipment and the ability to provide two or more survey teams at a time. D. Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Knowledge of the local conditions, such as topographic features, climatic conditions, local laws and regulations. F. Location with respect to the general geographic area of the District to provide good work coordination. G. In addition to the above, special qualifications in the Department of Defense include the volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution of DOD A-E contracts among qualified A-E firms including small and small disadvantaged business firms, and firms that have not had prior DOD contracts. IV. SUBMISSSION REQUIREMENTS: Qualified firms desiring consideration shall submit four (4) copies of the SF 255 (11-92 Edition) including organizational chart of key personnel to be assigned to this project, a current SF 254 (11-92 Editions) and any subcontractor's current SF 254 to this office within 30 calendar days from this announcement. Firms ACASS No. is to be shown on SF 255, Block 22b. (Call ACASS Center 503-808-4591 for that number.) The dollar value of all work for DOD and Corps of Engineers for the past year must be clearly stated in Block 9 of SF 255. Responding firms are required to clearly identify tasks to be performed in-house and those to be subcontracted. Firms must submit the names and supporting qualifications data of all subcontractors. Firms, which do not comply with requirements, will be considered non-responsive. No other general notification to firms under consideration for this project will be made and no further action is required. The NAICS Code is 541370, size standard $4.0 million. No additional project information will be give to A-E firms. Phone calls are discouraged unless absolutely necessary. Personal visits for this solicitation will not be scheduled. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414.
Web Link
Click here to download a copy of the RFP. (http://mrv.usace.army.mil)
Record
Loren Data Corp. 20010625/CSOL003.HTM (W-172 SN50P6X9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on June 21, 2001 by Loren Data Corp. -- info@ld.com