|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1995 PSA#1340U.S. Army Corps of Engineers, Pittsburgh District William S. Moorhead
Federal Building, 1000 Liberty Avenue, Room 727 Pittsburgh,
Pennsylvania 15222-4186 T -- FIRM-FIXED PRICE ARCHITECT-ENGINEER CONTRACT FOR SURVEYING,
AERIAL PHOTOGRAPHY, DIGITAL MAPPING AND RELATED ENGINEERING SERVICES
SOL DACW59-95-R-0019 POC Michael S. DeStefano, Contract Specialist,
(412)644-4953 or Gerald Barczyk, P.E., (412)644-5253. 1. CONTRACT
INFORMATION: The U.S. Army Corps of Engineers, Pittsburgh District,
will require a Firm-Fixed Price, Architect-Engineer Contract for
Surveying, Aerial Photography, Mapping and Related Engineering
Services. Primary services to be provided are surveying, aerial
photography and photogrammetry and the final compilation and production
of digital mapping of the Stonewall Jackson Lake Project. The contract
is anticipated to be awarded in September 1995 and completed no later
than September 30, 1996. Pursuant to the Small Business
Competitiveness Demonstration Program established by PL 100-656,
''Business Opportunity Development Reform Act of 1988'', this
procurement will be unrestricted and any resulting award will be made
pursuant to the above program. 2. PROJECT INFORMATION: The A-E
contractor will be required to provide the appropriate personnel,
materials and equipment necessary to acquire aerial photography, and
perform all surveying, photogrammetry, project management, quality
control, and all other related services to generate digital mapping of
the Stonewall Jackson Lake Project at a map scale of 1''=200' with 5'
contour intervals. Final mapping will be compiled from 1:3600
(1''=300') aerial photography and all digital products will be provided
in a format compatible with Intergraph MicroStation and InRoads Version
5.0. Stonewall Jackson Lake is located in northern West Virginia near
the town of Weston, West Virginia in Lewis County. This project covers
an estimated area of 38,000 acres. Equipment required for this
contract includes field survey, aerial photography, map compilation,
and ancillary equipment of sufficient quality to produce finished
mapping which meets or exceeds ASPRS Accuracy Standards for Large-Scale
Maps, (ASPRS 1990). 3. SELECTION CRITERIA: See Note 24 for general
selection process. The selection criteria in descending order of
importance (first by major criterion and then by each sub-criterion):
Criteria A thru E are primary. Criteria F thru H are secondary and will
only be used as ''tie breakers'' among technically equal firms. A.
Professional qualifications: (1) Education, training and experience of
key management and technical personnel necessary for satisfactory
performance of the required services. (2) Firms must staff a
Professional Land Surveyor or a Professional Engineer registered and
licensed to perform all the necessary work as required by all federal,
state and local laws. B. Specialized experience and technical
competence in: (1) land surveying to include but not limited to
boundary, topographic, geodetic and engineering type surveys using
state-of-the-art technology; (2) aerial photography and photogrammetry;
(3) ability to produce and deliver data and final products in digital
format compatible with Intergraph MicroStation and InRoads Version 5.0
or higher. C. Capacity to accomplish the work in the required time
period. Firms must have the capacity of quality personnel and equipment
as well as a demonstrated history of multiple project management. As a
minimum, firms must staff the following personnel: professional land
surveyors, survey party chiefs, instrument operators, rod/chain
persons, survey technicians, survey drafters, certified
photogrammetrist, stereoplotter operators, cartographic drafters,
computer operators, photolab technicians, editor supervisor, supervisor
of CADD and aerial photography personnel. Firms must also submit a list
of all significant equipment available for use on this contract. D.
Past performance on DOD and other contracts with respect to cost
control, quality of work, and compliance with performance schedules.
Firms must submit a quality control plan/procedures with the the SF
255, that is used to ensure accuracy of all surveys, compilations,
digital mapping or other products produced under this contract,
including specific procedures for field and office checks. E. Knowledge
of the locality. F. Geographic proximity: Location of the firm in the
general geographical area of the Pittsburgh District. G. Extent of
participation of small businesses, small disadvantaged businesses,
historically black colleges and universities and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort. H. Volume of DOD contract awards during the last
twelve months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See
Note 24 for general submission requireemnts. Interested firms having
the capabilities to perform this work must submit 1 copy of SF 255
(11/92 edition) and 1 copy of SF 254 (11/92 edition) for the prime firm
and all consultants to the above address not later than the close of
business on the 30th day after the 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. All responding firms which
do not have a current (within the past 12 months) SF 254 on file with
this office must also furnish a completed SF 254. SF 254's and SF 255's
were revised (Revision 11-92) by Federal Acquisition Circular 90-16,
effective 19 February 1993. The previous Revision 10-83 of these forms
is obsolete and shall not be used. Only the 11-92 edition of these
forms will be accepted. Firms responding later than 30 calendar days
after the date of this announcement will not be considered for
selection. No other general notification to firms under consideration
for this project will be made and no further action is required. For
subcontracting and partnering opportunities, please contact the
following: U.S. Small Business Administration, Attn: John Brown, 960
Penn Avenue, Pittsburgh, PA 15222 (412)644-2787; U.S. Small Business
Administration, Attn: John Renner, 111 Superior Avenue, Suite 630,
Cleveland, OH 44114 (216) 522-4180; U.S. Small Business Administration,
Attn: Doug Smith, P.O. Box 1608, Clarksburg, WV 26302-1608 (304)
623-5631. Solicitation packages are not provided. This is not a request
for proposals. (0123) Loren Data Corp. http://www.ld.com (SYN# 0171 19950504\T-0044.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|