Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1997 PSA#1877

U.S. Army Engineer District, San Francisco, COE, Attn: CESPN-CT, 333 Market Street, Room 704, San Francisco, CA 94105-2197

C -- INDEFINITE DELIVERY ORDER CONTRACT FOR PROFESSIONAL SERVICES SOL DACW07-97-R-0010 DUE 072597 POC Thomas E. Stallings, (415) 977-8518 or Keiso Morimoto at (415) 977-8569. (NOTE: THIS MODIFICATION IS ISSUED TO RECIND PRESOLICITATION NOTICE No. 089006 SUBMITTED ON JUNE 25, 1997.) This Indefinite Delivery order Contract for professional surveys of construction and planning projects located within the San Francisco District Corps of Engineers jurisdictional boundaries which include San Francisco north to the Oregon border and south to San Luis Obispo. Services shall include all types of land surveys, hydro surveys, photogrammetry, mapping and plotting of survey results, computation of earthwork quantities, and other related survey services. All hydrographic survey work shall be performed to Class I specific standards in Corps of Engineers Hydrographic Survey Manual, EM 1110-2-1003. Officers and crew must have a current, valid USCG license or correctly endorsed document as required by the USCG. All vessel(s) must comply with all U.S. Coast Guard safety regulations and be able to operate in restricted maneuvering areas, rivers, open bay waters and offshore entrance channels. The principal of the firm and all party chiefs must be licensed surveyors or civil engineers licensed to practice surveying in the State of California. The Contractor shall be responsible for accomplishing surveys and preparing drawings using computer-aided design and drafting (CADD) and delivering the drawings in (1) Autodesk AutoCAD CADD software, release 13 (and/or higher), MS-DOS/Windows, and/or (2) Intergraph MicroStation, NT software, release 5.0 (or MicroStation 95), Windows NT, version 3.51 (or higher), electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform is a 586 Pentium-133 workstation with a MS-DOS/Windows, version 6.22/NT 3.51 or 95 for AutoCAD, a TD 30 workstations with a Windows NT, version 3.51 operating system for Intergraph. The applicable SF 254 experience profile code is 102. Item 4 of Standard Form 255 shall indicate personnel strength, including consultants, may be indicated parenthetically. In order to be considered for selection, you must note in Block 10 of the SF 255 all DOD contracts awarded to your firm and all affiliates (do not include consultants) during the last 12 months along with the dollar amount of the awards and the total amount awarded. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. The A-E Selection Board will use a numerical scoring system to establish maximum scores for each firm on each of the six evaluation criteria stated in relative order of importance in Note 24. Criteria 1 thru 5 are primary. Criteria 6 thru 8 are secondary and will only be used as "tie-breakers" among technically equal firms. The following sub-criteria for the primary criteria 1 through 5 (which are all equal) shall be evaluted. 1. Professional Capabilities: The evaluation will consider education, and overall and relevant experience. 2. Specialized Experience: The evaluation will consider the following: (a) Documented experience in land and hydro surveying utilizing state-of-the-art automated equipment and methods such as differential GPS, photogrammetry, and digital terrain models. (b) Automated hydrographic survey systems to include as a minimum computerizied system interfaced with the following equipment: electronic positioning equipment (x,y,z data collection in real-time); digital/analog depth recorder; hull mounted, dual frequency (28 khz and 200 khz), 4 degree or less beam width, transducer(s); on-board plotter; automatic tide gage update display; and line track indicator. Navigation software capable of plotting vessel location once each second, record 10 soundings per second, process the hydrographic data in "real-time", review cross sections immediately after completing each survey line, and update tide readings; post plot software capable of accurately editing field survey data and producing quality plan plots, cross section plots and reliable volume quantity computations. Differential Global Positioning System (DGPS) to be used as the primary navigation system, capable of achieving Class 1 (sub-meter) accuracy with conventional (meter level accuracy) laser range-azimuth and range-range systems to be available as backup, secondary positioning systems. The location of boats with this equipment relative to San Francisco District geographical boundaries as further defined in criteria No. 5 below will also be considered as part of subcriteria (b). (c) prior team experience with significant sub-contractors. 3. Capacity to Accomplish the Work in the Required Time: The evaluation will consider total vessels, equipment and personnel strength of key disciplines for the proposed team including subcontractors and consultants in relation to the firm's projected workload for the contract period of performance. 4. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Also past performance on previous subcontracting plans (offerors must provide performance data on previous subcontracting plans for evaluation purposes.) 5. Knowledge of Locality: The evaluation will consider the firm's knowledge of wind, wave conditions, tidal currents in the San Francisco District's geographic boundary through experience in the geographic boundary which extends from the Oregon border south to San Luis Obispo and east of the Sacramento/San Joaquin Valleys. 6. Extent of participation of SB SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 7. Volume of DOD contract awards the last 12 months as described in Note 24. 8. Geographic Location: Location of the essential staff for this project (or commitment to locate) in the general geographical area of the projects. Firm desiring consideration must submit SF 254 (if not already on file), and a SF 255 within 30 calendar days from the date of this notice. Cumulative total for all task orders will not exceed $500,000.00 for the term of the contract and each task order shall not exceed the annual contract amount. This contract may be renewed for two additional year periods with additional ceiling of not to ecveed $500,000.00. If contract amount for base year period or preceding option period has been exhausted or nearly exhausted, an option can be exercised prior to expiration of contract period. This is one of two surveying contracts -- criteria to be used in allocating orders among the contracts is a fifty-fifty split. At the time a specific requirement becomes known, a scope of work will be provided tothe Contractor in accordance with the contract terms. Further information may be obtained by contacting Keiso Morimoto at *415) 977-8569. Firms desiring consideration shall submit appropriate data as described in numbered not 24. This is not a request for proposal. (0177)

Loren Data Corp. http://www.ld.com (SYN# 0032 19970630\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page