Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 19,1998 PSA#2162

JACKSONVILLE DISTRICT OFFICE, U.S. ARMY CORPS OF ENGINEERS, P.O. BOX 4970, JACKSONVILLE, FL 32232-0019

C -- A-E SERVICE FOR INDEFINITE QUANTITY CONTRACT FOR HYDROGRAPHIC, TOPOGRAPHIC, GEODETIC, PROPERTY, BOUNDARY & CONSTRUCTION SURVEYS MAINLY WITHIN THE STATE OF FL, PR & IN THE U.S.V.I SOL DACW17-98-R-0026 DUE 092198 POC Allen Morris (904) 232-2430 (Site Code DACW17) This solicitation is unrestricted and is open to large and small business firms. Up to three (3) contracts may be awarded from responses to this announcement. The contract will be an Indefinite Quantity Contract for a period of one year from date of award, with 2 options to extend one additional year each not to exceed a total of three years. The Government reserves the right to exercise the contract option period before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or is nearly exhausted. Work will be assigned by negotiated task orders. Maximum order limits are $500,000 to $1,000,000 for each contract year and from $500,000 to $1,000,000 per task order. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. Secondarily, the contract may be used to provide services within the geographic boundaries of any other U.S. Army Corps of Engineers District. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District, Criteria used in allocating task orders among the contracts include performance and quality of deliverables under current contracts, current capacity to accomplish the order in the required time, uniquely specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION The work will consist of detailed hydrographic surveys, beach erosion surveys, real estate boundary surveys, and other related surveys. The contractor shall be capable of performing automated hydrographic surveys using microprocessor guidance control devices; topographic surveys for engineering design site plans, property/boundary surveys, record of as-built construction surveys, and geodetic control, as performed for planning, design, construction operation, and/or maintenance of various engineering projects. The contractor shall furnish all equipment, land/floating plant, instrumentation, supplies, and personnel to accomplish required services and provide the Government with completed maps, tracings, plats, computations, reports, tapes, disks, etc. to document work performed. A minimum of two survey crews will be required to support the contract. Depending upon workload, additional crews may be required. FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in large scale mapping and related drafting for detailed design and construction of major engineering projects, construction layout and alignment surveys, and boundary, property, mean high water (tidal) demarcation and ordinary high water demarcation surveys; surveys of surface/subsurface detail on beaches, levee, canals, breakwater, groins, embankments, and other similar structures, and horizontal and vertical geodeticcontrol surveys; performing hydrographic surveys for large scale river and harbor construction and maintenance. The firm shall have the capacity to provide digital surveying and mapping data that are readable and fully operational on an Intergraph computer-aided design and drafting (CADD) system; furnish all drawings in Intergraph Microstation (PC or 32) Version 5.09 or higher, AT&T System V Unix, CLIX R3.1 Vr. 6.3.2 format on CD-ROM. 2. SIZE AND EXPERTISE OF STAFF: Firm must have a direct full time availability of necessary equipment to accomplish required work, including, but not be limited to, Theodilite, transits, levels, electronic distance measurement instruments, electronic total station devices, computational and plotting equipment, hydrographic survey boat, Fathometers, offshore EDM positioning device, etc. The firm must have an adequate number of qualified surveying and computing personnel including a Registered Land Surveyor in Florida or in the Commonwealth of Puerto Rico, field party chiefs,instrumentmen, rodmen, draftsmen and computer persons. 3. KNOWLEDGE OF THE LOCALITY: The firm must have local knowledge of real property surveying and county courthouse platting procedures within the State of Florida. Firm must list the Florida counties where it has performed real estate surveying/platting. 4. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry regarding cost control, quality of work and compliance with performance schedules will be reviewed. Experience data available to the Government through the A-E Contract Administration Support (ACASS) will be utilized to obtain performance evaluations on prior contracts. 5. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: The firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBRAKERS: 6. GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the worksite (considered the State of Florida) will be a strong consideration. SUBMISSION REQUIREMENTS: Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of SF254 and SF255 for the firm or joint-venture and an SF 254 for each subcontractor. In block 4 of SF 255 list only the personnel for the office to perform the work indicated in block 3B. Additional personnel strengths, including consultants, should be indicated parenthetically and their source clearly identified. In block 7G of the SF 255, indicate specific project experience for key team members and indicate the team member's role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 per evaluation factors 1-4 is strongly recommended. Submittal package is to be received in this office at the address indicated below no later than 4:00 P.M. Eastern Time on 21 Sept 98. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Small and Small Disadvantaged firms are encouraged to participate as Prime Contractors or as members of Joint-Ventures with other Small Businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with the provisions of Public Law 95-507. If a Large Business firm is selected, a Small Business subcontracting plan will be required prior to award. Response to this ad should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, 400 West Bay Street, Room 1044, Jacksonville, FL 32202-4412 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-DC, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for a proposal. NOTE: Contracting information for the Jacksonville District is now available at our Web Site: http://www.saj.usace.army.mil/. You must registered in the Central Contracting Registration in order to be Eligible to receive and award from the Solicitation. Call 1-888-227-2423 for more Posted 08/17/98 (I-SN237969). (0229)

Loren Data Corp. http://www.ld.com (SYN# 0020 19980819\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page