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