|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1995 PSA#1300US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, P.O. BOX 1580,
ALBUQUERQUE NM 87103-1580 R -- INDEFINITE DELIVERY CONTRACT FOR FIELD SUVEYING SERVICES FOR
SOUTHERN COLORADO AND NORTHERN NEW MEXICO FOR THE ALBUQUERQUE DISTRICT
SOL DACA47-95-R-0020 DUE 041095 POC Contract Specialist Linda J.
Anderson (505) 766-2680 (Site Code DACA47) 1. CONTRACT INFORMATION: An
Indefinite Delivery Field Surveying Services Contract will be awarded
for a period of one year with an option for an additional year. The
work may include both civil works and military projects primarily in
Southern Colorado and Northern New Mexico Work will be negotiated and
initiated by issuance of delivery orders with the contract NTE
$500,000.00 and each delivery order NTE $150,000.00. The Contractor is
guaranteed no less than $10,000.00 in services for the basic year and
if the option year is exercised the Contractor will be guaranteed an
additional 1% of the unobligated portion of the Contract. This
procurement is unrestricted. The anticipated contract award date is
June 1995. 2. PROJECT INFORMATION: The contract will require ground
control for photogrammetric mapping, cadastral surveys, field
topographic/planimetric/utility mapping and instrumentation surveys.
The firm must have registered Land Surveyors both in New Mexico and
Colorado and located within the office to perform the work. 3.
SELECTION CRITERIA: See Note 24 for the general selection process. The
selection criteria in descending order of importance are: (1)
Specialized Experience and Technical Competence; (a) The firms must
demonstrate experience in ground control for photogrammetric mapping,
cadastral surveys, field topographaic/planimetric/utility mapping and
instrumentation surveys. (b) Firms must be able to deliver mapping data
in MicroStation Version 5 and AUTOCAD Version 12 format. (c) Firms must
be able to provide Total Station with Data Collector capabilities. (2)
Professional Qualifications; (a) A Principal of the Firm must be a
registered Land Surveyor in New Mexico or Colorado; (b) The firm must
be able to provide a land surveyor who is registered in New Mexico; (c)
The firm must be able to provide a land surveyor who is registered in
Colorado; (d) The survey party chief must be experienced with global
positioning system (GPS). Legal joint ventures will be considered as
having in-house capabilities and must be consummated prior to contract
award. (3) Past Performance; Past performance on contract with
Governmental agencies and private industry in terms of quality of work,
cost control, and compliance with performance schedules. (4) Capacity;
The firm must demonstrate the personnel and equipment capacity
necessary to accomplish two deliver order simultaneously. (5)
Geographic Location; Location preference will be given to the firm's
field survey capabilities with respect to Southern Colorado and
Northern New Mexico, provided a sufficient number of qualified firms
respond. (6) Volume of Department of Defense (DoD) Work; The firm's
volume of DoD work within the past 12 months with the objective of
effecting an equitable distribution of DoD A-E contract among qualified
A-E firms, including small and disadvantaged business firms, and firms
that have not had prior DoD contracts. 4. SUBMITTAL REQUIREMENTS: The
solicitation number is DACA47-95-R-0020. Interested firms that meet
the qualifications must submit one copy of the SF-254 and SF-255 within
30 calendar days from the date of this announcement in order to be
considered for the resulting contract. An SF-254 and SF-255 will be
considered in the selection process. Personnel qualifications of all
key subcontractors are to be included in Block 7 of the SF-255.
Responding firms are requested to clearly identify those tasks to be
performed in-house and at what office and those tasks to be
subcontracted and at what office. The SF-255 should specifically
address the requirements of this announcement. Responding firms are
requested to identify all relevant survey and computer equipment
available for this project in Block 10 of the SF-255. Firms responding
as joint ventures must state the intent in Block 5 of the SF-255.
FIRMS SHALL PROVIDE UP TO DATE PHONE NUMBERS AND NAMES OF OWNERS LISTED
IN BLOCK 8 OF THE SF.255. FIRMS SHALL LIMIT BLOCK 10 OF THE SF-255 TO
NO MORE THAN 12 PAGES. The Point of Contact is Linda Anderson (505)
766-2680. No other general notifications will be made and no further
actions will be required from firms under consideration. This is not an
RFP.(0067) Loren Data Corp. http://www.ld.com (SYN# 0069 19950309\R-0001.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|