Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2002 FBO #0228
MODIFICATION

C -- ARCHITECT- ENGINEERING SERVICES FOR SURVEYING AND MAPPING ACTIVITIES IN SUPPORT OF THE WALLA WALLA DISTRICT CORPS OF ENGINEERS.

Notice Date
7/16/2002
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Walla Walla - Civil Works, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
DACW68-02-R-0010
 
Response Due
8/12/2002
 
Point of Contact
Jani Long, 509-527-7209
 
E-Mail Address
Email your questions to US Army Engineer District, Walla Walla - Civil Works
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA CONTRACT INFORMATION. Architect-Engineer (A-E) surveying and mapping services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for various Walla Walla District civil works projects. One indefinite delivery contract for Professional surveying and mapping will be negotiated and awarded, with a base period not to exceed one (1) year and four (4) option periods not to exceed one (1) year each. The order limit for each contract period will not exceed $500,000. An option peri od may be exercised when the contract amount for the base period or preceding option period is nearly or completely exhausted. Work will vary in scope and size and will be assigned by individually negotiated firm fixed price task orders. A firm fixed pri ce rate schedule encompassing subsequent task orders will be negotiated following preliminary contract award. This announcement is restricted to small businesses. The NAICS code for this acquision is 541370. The small business size standard is average a nnual receipts for its preceding three (3) fiscal years must not exceed $4.0 million. The wages and benefits of service employees (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. PROJECT INFORMATION. Primary assignments are located within the states of Oregon, Washington, and Idaho; however, work may be assigned in Walla Walla District portions of Wyoming, Montana, Utah and Nevada, or at the location of any other Corps of Engineer s District requesting assistance. Services required include survey and mapping efforts specific to (1) Conventional land surveying encompassing cadastral and boundary; Standard and valley type transect; Topographic, and engineering design and construction surveys; (2) High order geodetic type surveys incorporating FGCC modified SRMDS method differential leveling for electronic digital bar/code leveling systems in support of project precise leveling tasks and three dimensional dam deformation analysis; (3) Transect and topographic bathymetric surveys designed for riverbed condition analysis and quantity determinations; (4) Conventional and global positioning system (GPS) aerial photogrammetric control surveys; (5) Mapping in two and three dimensions explicit to required surveys; (6) Photogrammetric mapping services consisting of stereo and/or analytical compilation, digital orthophotgraphy production, aerial photo processing, generation and/or scanning of vector drawings from photos and raster files, and Grap hics Information Services (GIS) including digital file translations to alternate formats; (7) Automated data processing with Computer-Aided Design and Drafting (CADD) systems employing standard to the industry equipment, hardware and software. Resulting g raphic data sets and file formats must be completely compatible with and capable of being loaded directly to the Bentley Systems Inc. Microstation (DGN) processing software; and (8) The production and recordation of cadastral/boundary maps and documents ac cording to appropriate State and County requirements. Utilization of aircraft, dual frequency gps, electronic directional and leveling instruments, automated data collection, and fully integrated echo sounding equipment and positioning systems with 22 to 26 foot survey vessel is required. Assignments are accomplished in full compliance with established Corps of Engineer?s engineering manuals and health and safety requirements, Walla Walla District technical requirements and other policies requisite to spe cial site conditions, task requirements and as deemed necessary by the District Contracting Officer or designated representative(s). All survey services shall be supervised by a Professional Land Surveyor(s) registered to practice in the State(s) of Orego n, Idaho, and Washington with photogrammetric services directed by a Certified Photogrammetrist. SELECTION CRITERIA: The mission cr iteria for evaluation and selection are listed below in descending order of importance. Criteria 1 through 8 are primary. Criteria 9 through 11 are secondary and used as tie-breakers for technically equal rated firms. 1. Evaluation of qualifications for assigned personnel will consider professional registration, technical certification, education, training, firm tenure and relevant experience in the survey and mapping disciplines listed in the project information. 2. Evaluation of firm qualifications will consider firms that possess or have the capability to readily obtain through purchase or lease, instruments, equipment, hardware and software sufficient to meet the survey and mapping requirements listed in the pro ject information. 3. Firms that have demonstrated experience in the required survey disciplines and procedures. 4. Firms that have demonstrated ability to process and submit data, information and mapping for required surveys to District established specifications in formats primarilarly including but not limited to ASCII, EXCEL, JPEG and Microstation (DGN) formats. 5. Demonstrated capability and capacity of the firm relative to short suspense dates and rapid response actions. 6. Proposed project organization, specification of lines of authority, proposed personnel disciplines and team backup. 7. Extent of participation of small business (SB), Small disadvantaged business (SDB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 8. Volume of Department of Defense (DOD) contract awards in the last 12 months as described in note 24. 9. Location of the firm in the general geographic region of the Walla Walla District. 10. Demonstrated knowledge of the Columbia, Snake, and Clearwater Rivers, their basins and tributaries. 11. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Unsatisfactory or marginal past performance evaluations will be considered in the selecti on process. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) copies of SF 254 and two (2) copies of SF 225 for the prime and all consultants. Only the 11/92 edition of the SF 254 and SF 255 are acceptable. Incl ude the request for quote number in Block 2b of SF 255. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. Personal visits to discuss this project will not be scheduled. Phone c alls regarding technical issues will not be accepted. This is not a request for proposal and no other general notification will be made. Submittals must be received at U.S. Army Corps of Engineers, Walla Walla District, Attention: Yvonne Finley, Contracti ng Division, 201 North Third Avenue, Walla Walla Washington 99362-1876 within 30 days from the date of this announcement.
 
Place of Performance
Address: US Army Engineer District, Walla Walla - Civil Works 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN00117657-W 20020718/020717062004 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.