Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1995 PSA#1267

National Park Service, Denver Service Center, 12795 West Alameda Parkway, P.O. Box 25287, Denver, Colorado 80225

C -- ARCHITECT/ENGINEER - INDEFINITE QUANTITY CONTRACT FOR SURVEYING, MAPPING, GEOTECHNICAL AND GIS SERVICES IN THE STATES OF UT, CO, WY, ID, MT, ND, SD, NE AND KS SOL 1443-CX-2000-95-009 POC Marilyn J. Hogue, 303/969/2946 The National Park Service (NPS) is seeking a qualified firm for an Architect/Engineer (A/E) Indefinite Quantity type contract for surveying and mapping, geotechnical, and GIS services to be performed in the states of Utah, Colorado, Wyoming, Idaho, Montana, North Dakota, South Dakota, Nebraska and Kansas. Work may include, but is not limited to ground surveys, aerial photography and aerial topographic surveys, global positioning system (GPS) surveys, preliminary and final design layouts, construction layouts, as-built surveys, hydrologic/hydrographic surveys, materials surveys, geologic and geotechnical design evaluations, geographic information system (GIS) data base construction, GIS data conversion, GIS analysis and modeling, and wetlands determination. Additional work may require survey efforts for the documentation of historic and cultural features for historic properties. Ground surveys may include setting and checking horizontal and vertical control, providing topographic mapping of specific areas (including close range photogrammetry), cross-sections, profiles, utility investigations and surveys, geophysical surveys, and performing cadastral surveys in coordination with the appropriate Bureau of Land Management Cadastral Surveying State Office. Ground survey data shall be electronically formatted in current ASCII, Plus III Terramodel, and Autodesk AutoCAD formats. Aerial photography and aerial topographic survey work may involve obtaining aerial photography (film and digital), diapositives, analytics, identifying and establishing panel points, establishing survey control, and providing data electronically formatted in current ASCII, Plus III Terramodel, and Autodesk AutoCAD formats. GPS surveys may include high accuracy control networks; real time kinematic surveys, boundary establishment; locating radio transmission towers; resource surveys at various accuracies; and verifying or identifying the location of point, lineal, or area features on GIS data bases to an accuracy of from 15 meters to 1 meter depending upon the requirements of the application involved. Preliminary and final design layouts may involve surveying centerline, establishing alignments, curvature, cross-sections and profiles for road layouts; identifying extent of parking lots; campsites, and day use areas; slope staking; and setting building footprints. Construction layouts may involve establishing baselines, centerlines for road, utilities and parking lot layouts, slope staking, layout adjustments and modifications, cross-section grade staking, and quantity surveys. As-built surveys may consist of updating existing mapping, data, and GIS databases with recent completed construction activity. Hydrologic/hydrographic surveys may involve ground water data, domestic well pump hydrology tests, groundwater recharge and hydrological restoration, stream meander profiles, hydrographs, various flood elevations/design storms; sizing conduits, drainage structures, and bridge flow capacities; scour potential, and erosion problems. Geotechnical evaluations may include soil borings, test pits, percolation studies, soils/materials analysis, soil/rock instrumentation, wall and slope stability evaluation, geologic mapping, road structural sections, geologic parameters, shallow/deep foundation recommendations, earthquake potential, and various design recommendations. Expansive soils, which are prevalent throughout this geographic area are a matter of great concern. The A/E firm shall show evidence of design projects in these soils and procedures used in dealing with both volume change and expansive pressures. Corrosivity is also a serious problem, both on ferrous metal and in portland cement concrete. Reactive aggregates, which are also prevalent in this area, and related to soil chemistry and corrosion, shall be addressed. GIS data base construction may include digitizing, scanning, keyboard entry and editing of various spatial and tabular data, at various scales relating to natural resources, cultural resources or social economic resources in GRASS, Arc/Info, ERDAS or AutoCAD formats. GIS data may be required in any or all of the electronic formats covered in the Evaluation Criteria #3 below. GIS data base conversion may include converting digital GIS, survey or engineering data in standard or proprietary formats to GIS formats such as GRASS or Arc/Info. Additional analysis of GIS files may be required as well as various types of modeling (vulnerability, suitability or predictive). Wetlands determinations may involve the delineation of wetland limits within proposed developed areas. Documentation of historic and cultural features may involve detailed vertical and horizontal topographic mapping of landscape structures and land forms, reconstructing historic property boundaries, and obtaining and manipulating current and historic aerial photography, for historic properties. Required disciplines include professional surveyors, photogrammetrists, hydrologists, wetlands specialists, geologists, geophysicists, geotechnical engineers, GIS specialists, and supporting technical personnel that may be provided under an indefinite quantity contract. The total of all task orders per year will not exceed $750,000.00 and each task order will not exceed $150,000.00. The selected firm is guaranteed a minimum amount of $50,000.00 during the life of the contract. The term of the contract shall be one year with four one-year options. All work will be guided by NPS policies and directives. The NPS has adopted sustainable design as the guiding principle for park planning and development. By definition, this means meeting present needs without compromising the ability of future generations to meet their own needs. In practice, sustainable design utilizes best available solutions, within the design tradition of the NPS, which conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operation of park facilities. In accordance with Public Law 100-418 and Executive Order 12770, as of January 1994, all federal design work will be done using the SI metric system of weights and measures. Work done under this contract may be subject to this requirement. The following criteria shall be used in the evaluation of the prospective firms and are in descending order of importance: (Note: This criterion is instead of that published under Note 24). 1. Demonstrated professional experience and technical competence of the firm, including its consultants, with the various types of services described above. Special consideration will be given to firms whose recent surveying and mapping, geotechnical, and GIS experience demonstrates sensitivity to natural, cultural, and historic features and areas. 2. Professional qualifications of the principals and key staff of the firm and consultants as related to the types of surveying and mapping, geotechnical, and GIS services and geographic limits described above (i.e. Registration in the state(s) listed within the contract area). 3. Available field machinery, field equipment, computer hardware and software for the team to accomplish the proposed work and demonstrated experience with such resources on the various types of services described above. These resources must produce electronic files in the following formats: a) Plus III Software's Terramodel, Release 8.21; b) Environmental Systems Research Institute, Inc., Arc/Info, Release 6.1.1; c) Environmental Systems Research Institute, Inc., ArcCAD, Release 11.3; d) Army Corps of Engineers' GRASS Release 4.1; e) Autodesk's AutoCAD Release 12; and, f) ERDAS's Imagine, Release 8.1. When new software releases occur, such releases will become the requirements. It is strongly recommended that submitting firms possess, are proficient with, and have a thorough team integration of the above listed software. 4. Demonstrated project management experience with projects of a similar nature for Governmental agencies and private industry with such factors as management of subcontractors, control of costs, quality of work, and meeting schedules. Firms shall demonstrate what quality control measures they have in place to assure a well coordinated project among all disciplines involved. Firms shall also provide documentation on measures taken to produce project schedules and provide scheduling reviews. 5. Demonstrated metric experience in the various types of services described above. This procurement is subject to the Small Business Demonstration Test Program, Public Law 100-656, and as such is open to large and small businesses. If the apparent successful offerer is a large business, it will be required to submit a subcontracting plan that will separate percentage goals for using small business concerns and small disadvantaged business concerns as subcontractors. To the fullest extent, the NPS welcomes the participation of woman and minority owned and operated firms and encourages large business firms to include small business firms as part of their teams. Firms that meet the requirements described in this announcement are invited to submit a Letter of Interest and a completed Standard Form (SF) 254 for each firm and a team SF 255 in an original only. References for the prime and subconsultants are also requested. Submission of any additional material is allowed only to the extent that they graphically (via drawings and photographs) substantiate the relevant project work specifically described on the SF 254 and 255. In support of the principles of conservation of resources and recycling materials, the submission of the SF 254 and 255 should consist of as much recyclable paper as possible and the submission should be organized in such a manner that the recyclable material can be easily removed after evaluation. To be considered for selection, responses must be received before 5:00 p.m. (Denver, Colorado time) 30 calendar days from the date of this publication (first workday following a weekend or holiday). This is not an RFP. (0019)

Loren Data Corp. http://www.ld.com (SYN# 0016 19950120\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page