Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS

C -- INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES FOR SURVEYING AND RELATED SERVICES WITHIN THE BOUNDARIES OF THE CHARLESTON DISTRICT

Notice Date
September 18, 2001
Contracting Office
U.S. Army Engineer District, Charleston, Corps of Engineers, 69A Hagood Avenue, Charleston, SC 29403-5107
ZIP Code
29403-5107
Solicitation Number
DACW60-01-R-0007
Response Due
October 10, 2001
Point of Contact
Barbara Barnette (843) 329-8083
Description
The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Charleston District. Secondarily, the contract may be used to provide services within the geographic boundaries of the South Atlantic Division, (Wilmington, Savannah, Jacksonville, and Mobile Districts). The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Charleston District. The selected firm will be responsible for performing various types of surveys and services. Work may include, but not necessarily limited to the following: (1) topographic; (2) traverse and triangulation (2nd and 3rd order GPS capabilities); (3) levels for vertical control (2nd and 3rd order); (4) route location; (5) quantity surveys; (6) land surveys; (7) construction layout surveys; (8) hydrographic surveys; (9) geodetic surveys; (10) computer-aided drafting services (CADD) as needed; and (11) electronic data base. This announcement is set-aside for Small Business. The firm must have the ability to perform the work for the Government in addition to its own existing workload without sacrificing quality or timeliness to the Government. Firms must address on there SF 255: (1) The ability to perform basic horizontal and vertical control surveys to GPS standards including, but not limited to: topographic, traverse, triangulation, route location, earthwork quantity, property, construction layout, plane table topography, and transfer all field-gathered data into final drafted plan or map form. (2) The firm shall have computer-aided drafting capability that is absolutely compatible with the Intergraph IGDS System format. The recording of all final survey into a documentation computer file is required. (3) The selected firm must demonstrate experience and have in its employ personnel with the experience in performing the various types of the above listed surveys. (4) The firm must have at least three years experience in hydrographic surveying of navigation channels. The firm must have a certified land surveyor's license in the state(s) where the surveys will be performed. Modern electronic horizontal positioning and depth-finding equipment shall be available for the surveys to be performed. Typical information that will be required as a minimum includes the name, model, and year of manufacturer's stated positioning accuracy and capability. In addition, the contractor must provide information that safe and suitable vessels are available for operation in the waters where the surveys are to be performed and that experienced staff are available for the operation of the vessels, as well as the electronic positioning and depth-finding equipment. An indefinite-delivery type contract for services based on firm-fixed unit prices is contemplated with two (2) option years. The total amount for the base year will not exceed $300,000; total contract amount including the option years will not exceed $900,000; services performed on individual delivery orders with no one delivery order exceeding $300,000. The Government obligates itself to obtain no less than $6,000 in services during the first year and no less than $3,000 in services during the option years. The Government reserves the rights to exercise the contract option periods before the expiration of the base contract period, if the contract amount for the base period has been exhausted or is nearly exhausted. All work is subject to the availability of funds. Funds will be obligated upon the issuance of each delivery order. The estimated award date is 15 March 2002 for a period of one year or $300,000, whichever comes first at the predetermined rates. Selection Criteria: See Note 24 for general selection process. Evaluation factors in their order of importance shall be as follows: Primary Criteria: (1) Professional capabilities necessary for satisfactory performance of the required surveying; (2) Specified experience and technical competence in surveying as required with private sector or government; (3) Past performance on contracts with government agencies and industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Knowledge of the locality such as geographical area of the project; (5) Capacity to accomplish the work in the required time; Secondary Criteria: (6) Location of Firm; (7) Volume of work previously awarded to the firm by DoD in the last five years. This will include an analysis of in-house capability versus the need to subcontract portions of the work. Firms desiring consideration shall address the above requested data and submit as described in Note 24 to be received in the office shown above not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. SF 255 (11/92 edition) in single copy only is required. Include the firm's ACASS number and business size in Block 3 of the SF 255. Call the ACASS Center at 503-808-4591 to obtain a number. The NAICS Code for this requirement is 54136 and a size standard of $4.0 Million. To be considered a Small Business under this NAICS Code, a firm cannot have more than $4.0 Million in average annual gross revenue over the last 3 fiscal years. See Federal Acquisition Regulation (FAR) Part 19 for more information on size standards. Firms having a current (less than 12 months) SF 254 on file with the North Pacific Division, Corps of Engineers, Portland, Oregon, need not submit a SF 254 (11/92 Edition) with their SF 255. All Department of Defense contracts awarded to the firm and all affiliates (except consultants) during the last twelve months, the total dollar value of each award, and point of contact must be listed in Block 10 of the SF 255. Failure to include the aforementioned data will reflect negatively upon the firm during the evaluation process. This is not a request for proposal. Solicitation packages are not provided. Cover letters and unnecessarily elaborate brochures, or other presentations beyond those sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. See numbered Note 24.
Record
Loren Data Corp. 20010920/CSOL005.HTM (W-261 SN50X9G9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 18, 2001 by Loren Data Corp. -- info@ld.com