Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1996 PSA#1598

Commanding Officer, Engineering Field Activity West, 900 Commodore Dr. San Bruno, CA 94066-5006

C -- BOUNDARY SURVEY FOR CAPEHART HOUSING AREA AT HAMILTON FIELD, NOVATO, CALIFORNIA. SOL N62474-96-C-6070 POC POC M. Walker, Contract Specialist, Code 0224MW, FAX (415) 244-2440, Mark S. Pfeiffer, Contracting Officer. Engineering Field Activity West (EFAW) intends to solicit Land Surveying and Mapping Services for an approximate 208 acre site at Hamilton Field, Novato, California. This is a Firm Fixed Price Contract. This requirement is a 100% SMALL BUSINESS SET-ASIDE. The Standard Industrial Code (SIC) is 8713, average annual receipts for the last three fiscal years cannot exceed $2,500,000 to be considered a small business. Specific requirements may include, but not be limited to, the following: (a) develop a Record of Survey Map; (b) Legal Description of the Site; (c) Development of CADD's Topographic Maps in the AUTOCAD Rel. 12 format. A-E selection criteria will include (in order of importance): (1) Recent specialized experience of the firm and proposed consultants in providing Record of Surveys, A.L.T.A. Surveys, Control Surveys and Automated Mapping (AUTOCAD) within the last five years. (INCLUDE BOTH GOVERNMENT AND PRIVATE EXPERIENCE). (2) Professional qualifications of the staff (in-house and/or consultants), with respect to the overall make up of the team. The experience and roles of key personnel, specifically on related surveying and mapping addressed in the criteria (1). (3) Past performance on contracts (with emphasis on similar efforts cited in criteria (1) and (2)) with government agencies and/or private industry in terms of quality of work, compliance with schedules, and cost control. Demonstarated long term government or private business relationships, repeat business on related efforts and support. (4) Capacity of the firm to accomplish the contemplated work within a minimum reasonable time limit. Provide specific experience and related time frames for accomplishment of similar surveying and mapping efforts. (5) Knowledge of the locality of the project by the firm within the general geopgraphic area of the project. (6) Volume of work previously awarded by the Department of Defense (DOD) as the prime contractor, during the last 12 month period with the objective of affecting equitable distribution of contracts among qualified Land Surveying and Engineering firms, including minority-owned firms and firms that have not had prior DOD contracts. In order to expedite your firm's consideration regarding the above criteria by the board, the following application data may be combined into Blocks 7, 8, and 10 in the SF 255: (Block 7) Provide a matrix for the surveying and mapping team, including alternates. Individual rows should be labeled with the team members' names and their proposed team assignments. Columns should be labeled as follows: firm name and office location; percent of time to be spent on this team; number of years of professional experience; number of years with current firm; for project managers and team leaders, identify the number of teams (Land surveying & Mapping, subcontractors, and joint venture partners, if applicable) they have managed over the past three years; highest education level and area of specialization. (Block 8) Include in matrix form, identify which team members worked on the described projects. Individual rows should be labeled with the projects' titles. Columns should be labeled with the team members names. (Block 10) Include a tabular listing of all performance ratings and letters of commendations from both private and DOD clients (Designate your role: prime, subcontractor or joint venture partners). These ratings should be dated 1991 or later and should be labeled with the team members' names. Provide a list of projects managed by the proposed project manager(s), that started since 1991 and include the following data: client's contact, client's need date and study completion dates. Submit an organizational chart with the following information: Principal point of contact, project manager, team leaders, the name of each team member, all team member assignmets, and the name of at least one alternate for each key person. A-E firms which meet the requirements described in this announcement are invited to provide one submittal package, including one original SF255 and one original SF254 for each firm proposed. The SF255 with attachments shall be limited to no more than 20 pages and the font shall not be smaller than 10 pitch. Every page that is not a SF 254 will be included in the page count. The estimated start date for the contract is July 1996. Those firms which meet the requirements described in this announcement, and wish to be considered, must submit a SF255. One copy each of the SF255 and SF254 must be received in this office, Bldg. 201, 2nd fl, Attn: M. Walker, not later than 3:00 p.m., PDT, 30 calendar days from the date this announcement appears in the CBD. Indicate contract number in Block 2B of the SF255. Site visits will not be arranged during the advertisement period. Questions may be either mailed to Engineering Field Activity West, 900 Commodore Drive, Bldg. 201, 2nd fl, ATTN: M. Walker San Bruno, CA 94066-5006 or FAX to (415) 244-2440. This is is not a request for proposal (RFP). (0137)

Loren Data Corp. http://www.ld.com (SYN# 0021 19960517\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page