|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 25,1995 PSA#1269Department of the Army, New England Division, Corps of Engineers, 424
Trapelo Road, Waltham, Massachusetts 02254-9149 C -- ARCHITECT-ENGINEER SERVICES General Topographic Surveying And
Mapping, Various Locations In New England, POC Robert MacDonald,
617-647-8718. 1) Contract Information: Indefinite Delivery Contract
that will provide for the capability to issue a series of delivery
orders not to exceed $150,000.00 each and the total contract is not to
exceed $750,000.00 in one calendar year. At the option of the
Government, this contract may be extended for an additional year. This
announcement is open to all businesses regardless of size. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on that
part of the work it intends to subcontract. The subcontracting goals
for this contract are that a minimum of 20% of the contractor's
intended subcontract amount be placed with small businesses (SB),
including small disadvantaged businesses (SDB), and 8% be placed with
SDB. The plan is not required with this submittal. 2. Project
Information: General land surveying and mapping services at various
locations in New England which may include the recovery and tieing in
of monuments, and remonumentation of various project boundaries; May
include field book work, property descriptions, computing of
coordinates, and property line delineations; Also may include
topographic surveying of specified areas. 3. Selection Criteria:
General Selection Criteria are given in Note 24. Additional detailed
selection criteria in descending order of importance are: a. The firm
must have on its own staff or provide through a consultant(s)
professional land surveyors licensed in all six New England states.
Firms not demonstrating this requirement will be disqualified from
further consideration. b. Firms must demonstrate experience in
topographic surveys; Cartographic and Geodetic Surveying utilizing
automated, electronic instrumentation, inertial, satellite, and other
survey methods as applicable; boundary surveys; and land court surveys.
c. Firm must be Hazardous, Toxic, and Radiological Waste (HTRW)
qualified for level B sites. Qualifications of personnel including
current training, certification, medical surveillance forms, etc. must
be included. d. Firm must be of sufficient size to field two survey
parties, if needed, simultaneously for work under this contract. One
may be a 6-man HTRW crew along with a second 3-man topographic crew. e.
Demonstrate knowledge of Federal and State requirements for all New
England states. f. Firms should have capability to provide input data
directly into Intergraph design files for use with Inroads. g. Firms
should demonstrate equipment they have on hand available for performing
subject work. 4. Submission Requirements: See Note 24 for general
submission requirements. Interested firms having the capabilities to
perform this work must submit two copies of SF 255 (11/92 edition), and
two copies of SF 254 (11/92 edition) to the above address not later
than the close of business on the 30th day after the date of this
announcement. Two copies of SF 254 are also required for each proposed
consultant. If the 30th day is a Saturday, Sunday, or Federal holiday,
the deadline is the close of business of the next business day. Include
ACASS number in Section 3b. Call the ACASS Center at 503-326-3459 to
obtain a number. In Section 10 of the SF 255 describe the firm's
overall design quality management plan, including management approach,
coordination of disciplines and subcontractors, and quality control
procedures. Solicitation packages are not provided. This is not a
request for proposal. (0023) Loren Data Corp. http://www.ld.com (SYN# 0023 19950124\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|