Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1997 PSA#1760

WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876

C -- ARCHITECT-ENGINEER SERVICES FOR PROFESSIONAL SURVEYING AND MAPPING SERVICES FOR THE WALLA WALLA DISTRICT SOL DACW68-97-R-0008 DUE 021397 POC Contract Specialist Bryan Stroud (509) 527-7213 (Site Code DACW68) An Indefinite Delivery Type Architect-Engineer (A-E) purchase order contract to provide professional surveying and mapping services to support planning, design, and construction activities on civil and environmental projects in the Walla Walla Distrit. This announcement is open to all businesses regardless of size. The Standard Industrial Classification (SIC) code for this acquisition is 8713. The small business size standard is average annual receipts for its preceding 3 fiscal years must not exceed 2.5 million. This notice is for one indefinite delivery type purchase order contract not to exceed $100,000 total for one year. Work shall include surveying and mapping specific to the following: (1) cadastral; (2) topographic; (3) dam deformation (vertical and horizontal); (4) land-based; (5) floodplain profile or valley section type; (6) engineering and construction layout type; (7) geodetic leveling; and (8) maping/drafting services. Utilization of the latest techniques in CADD, GPS, and other standard to the industry line-of-sight surveying methods are required. Primary work assignments will fall within the boundaries of the Walla Walla District, which comprise portions of the states of Washington, Oregon, and Idaho; however, work may be required at any location within the Walla Walla District or at work locations affected by the Walla Walla District, as specified in the task order. Work tasks under this contract will vary in scope and size. Work shall be accomplished in full compliance with established Corps of Engineer's engineering manuals, health and safety requrements, and other policies as necessitated by special site conditions or job requirements. All services shall be supervised by a Professional Land Surveyor(s) registered to practice in the state(s) of Oregon, Idaho, and Washington. See Note 24 for generalselection process. Criteria a -- e are primary. Criteria f -- h are secondary and will only be used as "tie-breakers" among technically equal firms. The selection criteria in descending order of importance are: (a) Professional Qualifications in the disciplines of Professional Land Surveyor and Computer Aided Design and Drafting (CADD) Technician. (b) Specialized experience and technical competence: (1 Firms with specialized experience and technical competence in topographic surveying, geodetic control surveying, precision static and kinematic GPS surveying, cadastral surveying, boundary surveying, and CADD expertise. Experience shall fully exemplify th use and expertise of fully automated, digital methods of data collection, processing, and production of resulting maps. (2) Firms composed of technicians having expertise in topographic, geodetic control, boundary surveying, expertise in kinematic and high accuracy GPS surveying, and experience in subsequent field data processing and survey adjustments. (3) Firms which have demonstrated capability to submitall mapping in IGDS (Intergraph) or Microstation (Bentley Microsystems) version 5 or greater, design file (DGN) CADD software format. (4) Firms which have demonstrated capability to submit all work in hard copy report format, hard copy "F" size engineer drwings or appropriate Record of Survey sheet formats. (5) Firms which have demonstrated the capability to submit results of topographic surveys in ASCII files containing digital terrain surfaces. (6) Firms which possess or have the capability to readily obtain through purchase or lease, GPS equipment capable of sub-centimeter accuracy, utilize the latest static and kinematic technology, and currently emplo CADD equipment. (c) Demonstrated capability and capacity of the firm relative to short suspense dates and rapid response actions. (d) Geographic proximity and knowledge of the locality. Firm locations shall be within a 100 mile radius of the Walla Walla Dstrict Office, Walla Walla, Washington. Demonstrated knowledge of the Snake and Columbia River basin and tributaries. (e) Proposed project organization, specification of lines of authority, disciplines proposed, and team backup personnel. (f) Past performance on contracts with Government Agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Unsaisfactory or marginally unsatisfactory past performance evaluations (poor or below average) will be considered in the selection process. (g) Extent of participation of SB, SDB, historically black colleges, universities, and minority institutions in the proosed contract team, measured as a percentage of the total estimated effort. (h) Volume of DOD contract awards in the previous 12 months, as described in Note 24. Interested A-E firms having the capabilities to perform this work must submit three (3) copies of Standard Form (SF) 254 not already on file at the COE ACASS Center in Portland, Oregon, and three (3) copies of the SF 255 for the prime and all cnsultants to the above address not later than the close of business on the 30th day after publication of this notice. If the 30th day is a Saturday, Sunday, or Federal Holiday, the deadline is theclose of business of the next business day. Only the 11/92 dition of the SF 254 and SF 255 are acceptable. Include this announcement number in Block 2b of SF 255. Include the firm's ACASS number in Block 3b of SF 255. In SF 255, Block 10, describe owned or leased equipment that will be used to perform this purchase order contract, as well as CADD capabilities. Personal visits to discuss this project will not be scheduled. This is not a request for proposal an no other general notification will be made. (0009)

Loren Data Corp. http://www.ld.com (SYN# 0016 19970113\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page