Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

R -- Automated Revetment Surveys on the Mississippi, Atchafalaya and Red Rivers

Notice Date
4/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New Orleans-Civil Works, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
DACW29-03-R-0033
 
Archive Date
7/11/2003
 
Point of Contact
Julie Jackson, 504-862-1450
 
E-Mail Address
Email your questions to US Army Engineer District, New Orleans-Civil Works
(Julie.L.Jackson@mvn02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 1. CONTRACT INFORMATION: The New Orleans District Corps of Engineers intends to contract for A-E services to perform hydrographic surveys on the Mississippi, Atchafalaya and Red Rivers. A firm fixed-price contract for two, one year periods is scheduled for award in October 2003, and to be completed October 2005. The base period and option period shall not exceed one year. Estimated total cost of the proposed s ervices is between $500,000 -- $1,500,000 for each period. This announcement is open to small businesses only. 2. PROJECT INFORMATION: The New Orleans District requires Hydrographic & Topographic surveys obtained using Differential Global Positioning Sy stems (DGPS) and automated sounding systems for its revetment and preconstruction surveys at selected locations on the Mississippi, Atchafalaya and Red Rivers. Pre-construction revetment surveys shall consist of approximately 100 ranges over 2.0 miles of river bank at 2 proposed sites on the Atchafalaya River and 1 proposed site on the Mississippi River. Surveys of the existing revetment shall consist of approximately 13,500 ranges over 275 miles of river bank at 85 sites on the Mississippi River and appro ximately 3,100 ranges at 38 sites on the Atchafalaya River and at 3 sites on the Red River. Elevations will be provided at 20-foot intervals on each range. Firms must indicate capability of using both multi-beam bathymetric and single transducer technology to obtain hydrographic surveys. Overbank surveys will be made at all preconstruction sites and major bank failures as described in the contract. All survey data for each range, no matter how the data are obtained shall be edited, combined, transmitted ele ctronically and furnished on compact disk (CD), in the New Orleans District?s LMN830 data format. CADD and/or chart deliverables shall be furnished in a format that is 100% compatible with the New Orleans District?s MicroStation CADD system. 3. SELECTION C RITERIA: See Note 24 for general selection process. Selection evaluation factors in descending order of precedence are: (1) Specialized experience and technical competence in this type of work. (2) Relative to capacity, the A-E shall exhibit at least the f ollowing minimum personnel and equipment: one registered land surveyor, one 4-person shore control survey party, three 2-person hydrographic surveying crews, each equipped with a minimum 18' survey boat with cabin, and with DGPS and automated depth sound e quipment, of which 1 crew is to be outfitted with multi-beam system. (3) Past performance on contracts with DOD agencies. (4) A quality control plan appropriate for the type of work. (5) Safety plan and performance (man-hours lost in the last 100,000 worke d). (6) Professional qualifications necessary for satisfactory performance of required services. For the Safety Plan and Quality Control Plan, skeletal outlines demonstrating the content of such plans are sufficient; however, not addressing these items wi ll be viewed as non-responsive. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit seven copies of SF 255, SF 254 and any other pertinent information. The six evaluation factors listed above must be addressed in block 10 of the SF 255 for the prime contractor as well as all subcontractors and consultants. Submit the requested information to the address below not later than the close of business on the 30 th day after the date of publication 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. Include the Firm's ACASS number in block 3b of the SF255. For ACASS informat ion, call (503) 808-4594. Overnight or courier type mail should be sent to the following address: U.S. Army Corps of Engineers, New Orleans District, CEMVN-CT-T, Attn: Frederick Pitts, Foot of Prytania Street, New Orleans, La 70118-1030. Solicitation packages are not provided. This is not a request for proposal. POC Frederick Pitts, 504-862-1819
 
Place of Performance
Address: US Army Engineer District, New Orleans-Civil Works ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN00301924-W 20030413/030411213719 (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  © 1994-2020, Loren Data Corp.