COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29, 2001 PSA #2987
SOLICITATIONS
C -- INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) CONTRACT FOR SURVEYING AND PHOTOGRAMMETRIC & GIS SERVICES, MILITARY INSTALLATIONS AND CIVIL LOCATIONS, WITHIN THE SOUTH PACIFIC DIVISION
- Notice Date
- November 27, 2001
- Contracting Office
- USAED, Sacramento, Corps of Engineers, Attn: A-E Negotiations Section, 1325 J Street, Room 1079, Sacramento, CA 95814-2922
- ZIP Code
- 95814-2922
- Solicitation Number
- DACW05-02-R-0002
- Response Due
- January 9, 2002
- Point of Contact
- Mr. Stanley Shibata, Unit Leader, A-E Negotiations Unit, (916) 557-740; Contract Specialist: Barbara Marshall, (916) 557-5178 (Site Code DACW05)
- Description
- 1. CONTRACT INFORMATION: A-E services are required for military installations and civil locations within the geographical area serviced by the South Pacific Division. Military Boundaries include CA, AZ, NV, and UT, while Civil Boundaries include CA, OR, NV, UT, AZ, WY, and CO. A specific scope of work and services required shall be issued with each task order. Drawings may be prepared in the metric system of measurement. The work may be required for either Civil or Military projects. In the case of Civil Projects, the contractor shall be responsible for drawings using computer-aided design and drafting (CADD) and delivering the three-dimensional drawings in Bentley MicroStation NT software, Version 5.05 or higher, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Bentley MicroStation format Version 5.05, and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 operating system. Advanced application software used in preparing drawings shall be delivered in Version 5.05 or higher MicroStation electronic digital format. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the native Intergraph IRAS, Version 5, electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCIT group 4 raster format. The specifications will be produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using Corps of Engineers Military Construction Guide specifications. In addition to the format specified above, specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. In the case of Military Projects, the contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the two dimensional drawings in Autodesk AutoCAD CADD software, release 2000i. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 2000i format, and on the target platform specified herein. The target platform is a Pentium 200 HMz, 32 MB Ram, 8 GB Hard Drive with an NT 4.0 OPERATING SYSTEM. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced either in SPECSINTACT with the Standard Generalized Markup Language (SGML) using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) OR post Script electronic digital format. This work will include all architectural/engineering (A-E) and related services necessary to complete the taskings. The NAICS code is 541310 with business size standard of maximum $4 million of average annual receipts for its preceding 3 fiscal years. More than one firm will be selected from this announcement; at least two contracts will be awarded. One contract is set-aside for small business; the other is unrestricted and open to all interested parties regardless of business size. All small business firms responding MUST state in their response their business size relative to the NAICS Code's size standard and their intention to participate in the unrestricted contract as well as the small business set-aside contract. If a small business is silent on this issue, the small business will be considered only for the small business set-aside selection and will NOT be considered in the unrestricted selection. No one contractor will receive both awards. Since more than one contract will be awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firms' strengths, and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts. Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in February 2002. All contracts awarded from this solicitation must be awarded no later than one year from the date that the responses to this synopsis are due. The small business set-aside contract will be for a one-year period not to exceed $500,000 for the Basic year and two one-year options not-to-exceed $500,000 each. The unrestricted contract will be for a one-year period not-to-exceed $1,000,000 for the Basic year and two one-year options, each not-to-exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. All Pricing Schedules (Base year, and all option years) will be effective for one full year regardless of the early exercising of options. If the Total Estimated Price of the base year or any option is not awarded within that year's 12-month performance period and the Government has elected to exercise a subsequent option year, the remaining unused dollar amount may be added on to the Total Estimated Price of the option period being exercised. Task Orders shall not exceed the annual contract amount. This announcement is open to all firms regardless of size but only small businesses are eligible for the small business set-aside contract. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extend consistent with the efficient performance of the contract with small and small disadvantaged business. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement to subcontract. The recommended goal for the work intended to be subcontracted is 62% small business, Out of the 62% to small business, 10% is for small disadvantaged business (subset to small business) and 5% is for small business/woman owned (subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationales of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in block 10 of the SF 255. 2. PROJECT INFORMATION. Task Orders issued under this contract may include miscellaneous photogrammetric mapping, related aerial photography and lab work, digitized database mapping in Intergraph, AutoCad and terrain modeling. 3. SELECTION CRITERIA. See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "A" through "E" are primary. Criteria "F" through "H" are secondary and will only be sued as "tie-breakers" among technically equal firms. A. Specialized Experience and technical competence in: (1) Capability and recent experience in photogrammetric compilation at scales ranging from 1"=20 to 1"=400'; digitized database mapping in Intergraph, AutoCad and M.G.E. and ArcInfo G.I.S. compatible formats; analytical bridging; aerial photography; lab services; GPS and conventional field control (horizontal & vertical); field topographic surveys at scales 1"-20' to 1"-50'; and miscellaneous surveying services. (2) Experience in horizontal control surveys, vertical control surveys, GPS control surveys, topographic surveys, hydrographic surveys, photogrammetric mapping, G.I.S., analytical triangulation, orthophotos, aerial photography and lab processing. B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedules. C. Qualified professional personnel in the following key disciplines: at least one registered land surveyor. The following personnel are to be registered or highly trained: GPS technician, photogrammetrist, G.I.S. programmer, G.I.S., Systems technician, CADD technician, draftsman, aerial photography pilot, aerial photographer and lab technician. The evaluation will consider each individual's education, training, certification and registration, overall relevant experience and longevity with the firm. D. Capacity to accomplish multiple simultaneous task orders at different locations. E. (For Small Business Only): Ability of the firm to comply with FAR 52.219-14 which states the prime contractor must perform at least 50% of the cost of contract performance incurred for personnel using employees of the prime's concern. F. Volume of DoD contract awards in the last 12 months as described below. G. Location of the firm in the general geographical area of the Sacramento District Office. H. Extend of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS. See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit One (1) completed SF255 (11/92 edition) U.S. Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one each for each of their subcontractors to the office shown above, Attn: A_E Negotiations Unit. In Block 7 of the SF255 provide resumes for all key team members, whether with the prime firm or a subcontractor: list specific project experience for key team members, and indicate the team members role on each listed project (i.e. project manager, design engineer, etc). In Block 9 of the SF255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreement for the submitting office only. In Block 10 of the SF 255 provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal Holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF255 and SF254, which shall be considered by the agency (with only small business firms eligible for the small business set-aside contract). For a listing of all of the Contractor Registration (CCR) database, see Contracting Division's Internet Home Page at http://www.usace.mil/cespk-ct, which is updated daily. "See Note(s) 24 and 26".
- Record
- Loren Data Corp. 20011129/CSOL007.HTM (W-331 SN5137Y4)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on November 27, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|