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