Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1998 PSA#2209

US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202-

C -- A/E LAND SURVEYING SERVICES -- EASTERN TENNESSEE SOL DACW62-99-R-0002 DUE 112398 POC Technical POC: John Coode, CELRN-EP-A (615) 736-5954; James Baber, Contracting Officer; Karyn Meeks, Contract Specialist (615) 736-7276. LAND SURVEYING-Eastern Tennessee SYNOPSIS B US Army Corps of Engineers, Nashville District, CELRN-EP-A, ATTN: John Coode, P.O. Box 1070, Nashville, TN 37202-1070. T-INDEFINITE DELIVERY CONTRACT FOR LAND SURVEYING SERVICES Solicitation ID No.DACW62-99-R-0002, Due Nov 23, 1998. POC: John Coode, CELRN-EP-A, (615) 736-5954. James Baber, Contracting Officer, (615) 736-7276, 1.Contract Information: Two Indefinite Delivery Contracts for Land Surveying Services will be awarded to perform surveying and mapping services as required for various projects located primarily in the Eastern Tennessee, Southwestern Virginia and Western Carolina portion of the Nashville District. These contracts may also be used to provide services at projects located in other portions of the Nashville District. Projects outside the primary area of responsibility may be added at the Government's discretion upon agreement of the selected firms. The contract time period will be one year with an option to extend for an additional year. Tasks will be directed by individually issued Task Orders. More than one Task Order may be issued concurrently. For each contract, the total cumulative amount of all Task Orders, including the option year, will not exceed $500,000, with no one Task Order exceeding $150,000. The contracts are anticipated to be awarded in December 1998. The following factors will be considered in deciding which contractor will be selected to negotiate a particular order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and, equitable distribution of work among the contractors. This announcement is open to all businesses regardless of size. 2.Project Information: Task orders are typically small, routine-type surveying projects with emphasis on quick response and active participation in scope of services development. All types of land surveys and engineering surveys will be required. Work will require Global PositioningSystem (GPS) and conventional survey techniques. Results of these surveys will be submitted in hard copy report and map format as well as in digital format to be loaded on the Nashville District's Intergraph CADD system. 3.Selection Criteria: See Note 24 for general A-E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e is primary. Criteria f-h is secondary and will only be used as "tie-breakers" among technically equal firms.(a) Specialized experience and technical competence: (1)Engineering surveying expertise in the areas of stream and streambank profiling, horizontal and vertical control densification, leveling and traversing, etc. Each submittal shall also show capability in the area of hydrographic surveying, which may be utilized on certain task orders. (2)Boundary surveying to determine the ownership and limits of ownership of land parcels. (3)Topographic surveying to develop maps of small areas. (4)Have available static/kinematics GPS equipment capable of subcentimeter measurement accuracy, electronic total station with data collector, and CADD/GIS data processing equipment. (5)Ability to deliver CADD drawings in Intergraph Design File(.DGN)format, compatible with the Nashville District's Intergraph CADD system.(b)Knowledge of NGS/USGS coordinate system in Nashville District.(c)Qualified personnel in the following key disciplines: (1) Registered Professional Surveyors,(2)Registered Civil Engineers,(3)Survey and Engineering technicians.(d)Past experience on DOD contracts with respect to cost control, quality of work, and compliance with performance schedules.(e)Capacity to perform approximately $500,000 in work of the required type in a one year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. (f)Extent of participation of small businesses, small disadvantaged businesses, including women-owned and minority-owned enterprises in the proposed contract team, measured as a percentage of the total estimated effort.(g)Volume of DOD contract awards in the last 12 months as described in Note 24. (h)Location of the firm in the general geographic area of the eastern Tennessee, southwestern Virginia and western Carolina portion of the Nashville District.4.Submission Requirements:See Note 24 for general submission requirements. Interested firms having the capacity to perform this work must submit three copies of an up-to-date and accurate SF 254 and SF 255 for the prime and all consultants by close of business on the 30th day after the date of this announcement. Firms submitting SF 254's and SF 255's by the closing date will be considered for the work. No other general notification to firms under consideration for this work will be made, and no further action is required. Include the firm's ACASS number in SF 255, Block 3b. Also, the business size status (large, small and/or minority) should be indicated in SF 255, Block 3b. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. The SIC code is 8713. For ACASS information, call 503-326-3459. Faxed copies of the SF 254 and 255 will not be accepted. In SF 255, Block 10 describes owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. Solicitation packages are not provided. This is not a Request for Proposal. NOTICE TO ALL CONTRACTORS! All Contractors MUST be registered in the Central Contractor's Register NLT 31 May 1998 in order to be AWARDED Government Contracts or to be PAID ON ANY Newly awarded Government Contract. Information on thisz requirement can be found on the Internet @ http://ccr.edi.disa.mil or by calling 888-227-2423. This registration is intended for ALL CONTRACTORS who intend to do business with the Nashville District Corps of Engineers or any other Federal Agency under the Department of Defense. For SF 254's and SF 255's being submitted by Express Mail, the delivery address is: US Army Corps of Engineers ATTN: John Coode CEORN-EP-A-CW, Room A-528 Estes Kefauver Building 110 Ninth Avenue South Nashville, TN 37203 . See Numbered Note(s): 24. Posted 10/23/98 (I-SN264986). (0296)

Loren Data Corp. http://www.ld.com (SYN# 0009 19981027\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page