COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 16, 2001 PSA #2957
SOLICITATIONS
C -- INDEFINITE DELIVERY CONTRACT FOR GENERAL SURVEYING SERVICES
- Notice Date
- October 12, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107
- ZIP Code
- 19107
- Solicitation Number
- N/A
- Point of Contact
- Contact, Robert M. Bencal, 215-656-6606
- E-Mail Address
- Click here to contact the Agency POC via e-mail (Robert.M.Bencal@nap02.usace.army.mil)
- Description
- 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for General and Photogrammetric Surveying Services within the boundaries of the District. The contract will be for one 12 month period with an option for two (2) additional 12 month periods. The maximum task order limit is $700,000.00. The cumulative amount of all task orders shall not exceed $1,000,000.00 in either the base or option periods. The cumulative total for the base and option periods shall not exceed $2,100,000.00. Options will be awarded based on value first then time at the discretion of the Contracting Officer. 2. PROJECT INFORMATION: Work will include but not be limited to general surveying, photogrammetric surveying and related ground control surveying including global positioning system (GPS) capability and digital mapping including the production of digital elevation models (e.g., triangulated irregular networks (TIN), aerial photography, digital database development, and digital orthophotography. All ditigal information must be compatible with the latest version of ARC/INFO geographic information system (GIS). Work will normally be within the geographic boundaries of the Philadelphia District, including but not limited to the Delaware River, Bay and tributaries in Pennsylvania, New Jersey, New York, Delaware, Chesapeake and Delaware Canal area of Maryland and the coastal regions of New Jersey and Delaware. Work in other areas of the above states may be required. Work in support of other agencies or USACE elements may be required under this contract. All work shall comply with the ruling jurisdictional regulations and laws to include the requirements for registrations, licenses, and certifications. Certain labor classifications under this contract will fall under the Service Contract Act provisions; information relative to this will be provided after selection and prior to negotiation. Responding firms must be familiar with USACE requirements and regulations. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience in land surveying using Global Positioning Survey (GPS) with capability for Differential GPS and Real Time Kinematics (RTK) surveys, electronic total station theodolites with electronic data collectors and ability to use standard electronic data exchange formats for electronic digital files for computer-aided drafting (CAD) map creation in AutoCADD. Must have ability to achieve 2nd order, Class 1 survey accuracy standards and the ability to create digital orthoimagery maps meeting National Map Standards Accuracy's (NMSA). (2) Specialized experience in photogrammetric surveying, related ground control surveying including GPS capability, aerial photography and LIDAR mapping is also required; (3) Professional qualifications of the staff in land surveys. Education, training, experience of the staff related to the general and photogrammetric experience will be reviewed. Professional Surveyor licensing and certified photogrammetrist is required; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) Past performance, especially on relevant Department of Defense contracts will be reviewed in terms of cost control, quality of work and schedule compliance. Lack of such performance will not necessarily preclude a firm from consideration; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measures as a percentage of the estimated effort; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the 12 months preceding this announcement. Firms which desire consideration and meet the requirements described in this announcement are invited to submit a completed SF 254 (revised 11/92) and SF 255 (revised 11/92) for the prime firm and SF 254 for each consultant, to the above address not later than close of business on the 30th day after date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan that will be enforced through the life of the contract. The contracting officer reserves the right to terminate negotiations with firms that do not respond to government requests for proposals, information, documentation, etc. in accordance with established schedules. Include ACASS number in block 3b, of the SF 255. Call the ACASS Center at (503) 808-4591 for information on obtaining as ACASS number. This is not a request for proposals. No other notification to firms for this project will be made.
- Record
- Loren Data Corp. 20011016/CSOL001.HTM (W-285 SN5105J3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|