|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 12,1996 PSA#1740Department of Transportation, Federal Aviation Admin. (FAA),
Procurement Branch, AWP-55, P.O. BOX 92007, WWPC., Los Angeles, CA.
90009-2007 Z -- INSTALL DSR MODIFICATION, BUILDING REHABILITATION AND FIRE
MODIFICATION AT THE LOS ANGELES ARTCC, PALMDALE, CA SOL
DTFA08-97-R-703634 POC Alice C. Clark (310) 725-7563 or FAX (310)
536-8550 The Federal Aviation Administration, has a requirement to
renovate, the existing Control and Automation Wing in preparation for
DSR equipment; rehabilitate Automation Wing and Control Wing Host Room
and modify fire protection at Los Angeles Air Route Traffic Control
Center, Palmdale, California. The Standard Industrial Classification
(SIC) Code is 1542. The estimated price range for this acquisition is
between $6,000,000.00 and $12,000,000.00. Screening Information Request
(SIR) is the evaluation criteria used by FAA to evaluate offeror
submittals. Screening decisions will be based on the evaluation
criteria established in SIR. The purpose of the SIR is to obtain
information which will allow the FAA to identify the offeror which
provides the best value, make a selection decision and award the
contract to conclude the competitive process. Specific evaluation
factor(s) include: (A) SPECIALIZED EXPERIENCE OF THE FIRM. Firm shall
submit detailed review of at least two projects accomplished recently
which demonstrate successful accomplishment of a
business/office/industrial/commerce building renovation project where
the facility remains operational during construction. These reviews
must illustrate the scope of the effort, its complexity, how schedules
were implemented and how objectives were met (include time tables).
Projects completed for the Federal Government or FAA in particular
should be included, if any. (B) CAPABILITY AND CAPACITY OF FIRM TO
ACCOMPLISH THE WORK. Firm shall submit a complete resume of the
experience of each line and staff executive, supervisor and technical
staff member presently employed by the company who will be devoting all
or a majority of their time to this project. Resumes should include:
name, educational background, present position or title, type of
experience by years and any other information in sufficient detail to
facilitate evaluation of qualification and administrative or technical
competence. Special emphasis should be placed on experience with
building renovation construction. Resumes of key individuals employed
by subcontractors shall also be included. For executive/supervisory
personnel a minimum of three years of direct executive or supervisory
control of an organization is needed. Firm shall provide relevant
recent experience and technical knowledge of project personnel and
outside consultants. Firm shall provide current workload, total number
of on-going projects, their construction value or fee and percentage
of completion. (C) ORGANIZATIONAL STRUCTURE. Information necessary to
determine the organizational structure of the firm. (D) PAST
PERFORMANCE. Firm shall provide information on past performance on
contracts with the Department of Transportation and other Government
agencies and private industry in terms of cost control, quality of
work, accuracy of construction cost estimates and the number, dollar
amount and reasons for construction change orders. Include date showing
the project original contract completion date and the actual contract
completion date. (E) FINANCIAL CAPACITY/BONDING INFORMATION/DCAA AUDIT,
IF ANY. Firms shall provide net worth, banking references and credit
references. Person(s) authorized by the firm to sign offers and
contract documents. (F) GEOGRAPHIC LOCATION. Construction firms
proximity to the project construction site will be evaluated. Rating
will be given to firms based upon location in descending order (1)
within California (2) those firms located outside of California. (G)
PRE-QUALIFICATION OF SUBCONTRACTORS: Pre-screening documents and
selection list of potential subcontracting firms will be required. The
actual subcontractor list will be required within 10 calendar days
after contract award. (H) MINORITY/WOMEN EMPLOYMENT. Firms shall
provide the percentage of minority employees in all job classifications
and pay scales. This will be evaluated in relation to the percentage of
minorities in the immediate locality and general surrounding area.
Identify the number of women in all classification and pay scales. A
REQUEST FOR OFFER (RFO) SOLICITATION PACKAGE WILL BE ISSUED ONLY TO
THOSE OFFERORS THAT HAVE BEEN PRE-QUALIFIED FOR THIS PROCUREMENT.
OFFEROR SHOULD FORWARD THEIR SUBMITTAL DOCUMENTS PACKAGE TO THE ADDRESS
LISTED ABOVE. ALL SUBMITTAL DOCUMENTS MUST BE RECEIVED AT THE
DESIGNATED OFFICE NO LATER THAN DECEMBER 27, 1996. (0344) Loren Data Corp. http://www.ld.com (SYN# 0117 19961212\Z-0024.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|