Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1999 PSA#2281

US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090

C -- INDEFINITE DELIVERY CONTRACT #56 (OPERATIONS DIVISION) FOR SURVEYING WITHIN THE NEW YORK DISTRICT SOL cbaeop9-027-0001 POC Willien Cunningham, Procurement Assistant 212-264-9123 Location: The work will be within the New York District. Subsistence or per diem will be paid for work beyond a fifty-mile radius of the New York District Office. No subsistence or per diem will be paid for work within a fifty-mile radius of the New York District Office. Scope of Services Required: a. Provide precision hydrographic, specialized geophysical and oceanographic surveys within the ocean/marine and estuarine environment that will encompass inland and surrounding waterways of the Port of New York and New Jersey and the areas consisting of New York Harbor. b. Hydrographic surveys will constitute approximately 50% of all delivery orders, special geophysical surveys 20% and oceanographic surveys 30%. c. The firm selected must own a sediment profiler camera (REMOTS or equivalent) and image processing software which includes but not limited to the following types of outputs: 1) Digital statistical imagery. 2) Sediment grain size. 3) Subsurface and Infauna analysis. d. The firm must also be capableof producing: 1) Three-dimensional physiographic relief maps. 2) Sediment accumulation contoured difference maps. 3) Contoured bathymetric survey maps (A and E size). 4) Horizontal distribution data using side scan sonar technology. 5) Vertical imaging data using sub-bottom profiling. e. Firms must be capable of establishing horizontal and vertical control of Second Order Class II as required. The reference grid system will be State Plan Coordinates Systems in both NAD 27 and NAD 83. Hydrographic surveys must conform to Class 1 criteria as defined in EM1110-2-1003 (Hydrographic Surveying). f. Firms must be capable of collecting data electronically. Firms must be able to submit both hard maps and electronic data. The New York District has adopted Intergraph as its CADD standard and the data standard must conform to EM1110-1-1807 (Standards Manual for U.S. Army Corps of Engineers Computer-Aided Design and Drafting (CADD) Systems). g. Proposals must list both field and office equipment. Proposals must clearly show ability to collect and present hydrographic, geophysical and oceanographic data electronically in CADD and GIS formats. The remaining efforts for this contract is surveying borrow areas, dumpsites and navigation channels for both condition and dredging. h. The cumulative amounts of all delivery orders for this contract will not exceed $1,000,000.00. Each delivery order will not exceed $1,000,000.00. Delivery orders may be issued for a period of one year from the date of contract award. The Government has the right to exercise two one-year options after the monetary limit is reached prior to the expiration of the time period (365 days). The contract will include an option for two additional one-year options under the same terms and conditions as the basic contract. The Government's obligation to guarantee a minimum amount for payment will apply to all three years. The guaranteed minimum is $20,000.00 for the first year and $10,000.00 for each of the two option years. Technical capabilities Required: The firms selected must have one or more senior staff persons licensed to practice Land Surveying in the states of New York and New Jersey. Special Qualifications: The firms selected must each have sufficient staff to be able to perform at least two delivery orders simultaneously. Closing date for Submission of Form 255. 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF-255 and SF-254. SF-254 should reflect the overall firm's capacity. SF-255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If sub-consultants or subcontractors are to be used, an SF-254 must be submitted for each sub-consultant or subcontractor. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the election process is conducted. Evaluation Factors (in descending order of importance): a. Primary selection criteria: 1) Specialized experience and technical competence in the type of work required; 2) Professional qualifications necessary for satisfactory performance of required services; 3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; 4) Capacity to accomplish the work in the required time; 5) Knowledge of the locality and location in the general geographical area provided that application of this criteria leaves an appropriate number of qualified firms, given the nature and size of the project. Firms are encouraged to submit from any geographical area. b. Secondary selection criteria: 1) Extent of participation of small business, 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. 2) Geographic Proximity in relation to North Atlantic Division. 3) Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms that have not had prior DoD contracts. Start: April 1999. Completion: March 2002. Small and small disadvantaged business firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors are reminded that the successful firm will be expected to place subcontractors to the maximum possible extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a Subcontracting Plan will be required prior to award.. Notes: a. Firms who have not previously applied for NYD projects and firms who do not have a current SF254 on file with NYD should submit two copies of SF254 on initial response to our CBD notice. Firms using sub-consultants or subcontractors should submit copies of the SF-254 for their sub-consultants or subcontractors. b. Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after pre-selection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. c. The A/E's request for debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification. d. Debriefing(s) will occur within 14 calendar days after receipt of the written request. e. Copies of all SF254s and SF255s of all firms, which are not short-listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN, Room 2004, 26 Federal Plaza, New York, NY 10278, (212) 264-9123. Posted 02/09/99 (W-SN296602). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0020 19990211\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page