Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 5,1995 PSA#1340

U.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