|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1995 PSA#1301U. S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, NW, Room S-4203, Washington, DC 20210 C -- INDEFINITE QUANTITY CONTRACT FOR REHABILITATION AND UPGRADING OF
EXISTING FACILITIES AND SYSTEMS AT THE TULSA AND GUTHRIE JOB CORPS
CENTERS Sol JC-20-95 due 041495. Contact, Brenda Williams, (202)
219-8706. Indefinite Quantity Contract for Architect/Engineer Design
and Construction Contract Administration Services for Rehabilitation
and Upgrade of Existing Facilities and Systems at the Tulsa and Guthrie
Job Corps Center located in Tulsa and Guthrie, Oklahoma. Contract
period of performance will be for a one-year period from the date of
contract award, with a Government option to extend the period of
performance for four additional one-year periods. The Government is
uncertain as to the number of delivery orders that will be placed
against the contract during the term of the contract; however, a
minimum of $5,000 in services is guaranteed. Services will be
implemented through individual delivery orders. A/E fees for any one
delivery order may not exceed $100,000 with the exception of asbestos
related work, with a cumulative amount of all delivery orders not to
exceed $300,000 per year. An A/E firm can be awarded only one
Indefinite Quantity type contract during the contract term. Principal
disciplines required are: Architectural, Structural, Civil, Mechanical
(Plumbing & HVAC), Electrical, and Asbestos. Minimum staffing required
are: Architects (2), Civil Engineer (1), Construction Inspector (1),
Draftsman (6), Electrical Engineer (2), Estimator (1), Mechanical
Engineer (2) Specification Writer (1) Structural Engineer (1), and
Industrial Hygienist (1). Firms must be capable of performing design
services related to asbestos abatement/removal and/or containment
including air monitoring, and construction administration services, and
should have CADD capability. Specific experience related to asbestos
abatement MUST be detailed in Block 10 of the SF-255. Submission of
SF-254 and SF-255 is required for the prime firm, along with the
submission of a SF-254 for EACH of its consulting firms, if applicable.
The SF-254 and SF-255 are required even if they are currently on file.
Facsimile copies will not be accepted. Only those firms which submit
the required forms by the deadline date of April 14, 1995, will be
considered for review of qualifications. Failure to submit BOTH of the
SF-254 and SF-255 will render the submission unacceptable. Pertinent
factors for consideration of qualifications, listed in order of
importance, are: (1) Professional qualifications necessary for
satisfactory performance of required services; (2) Specialized
experience and technical competence in the type of work required; (3)
Capacity to accomplish the work in the required time; (4) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work and compliance with
performance schedules. Applicants required to include a list of three
(3) references with the telephone numbers and names of contact persons;
and (5) Location in the general geographical area of the project and
knowledge of the locality of the projects. Preference to be in the
following descending order: (a) Local Firms, (b) In-State Firms, and
(c) Out-of-State Firms. Applicants should include the solicitation
number of this CBD Notice with the location/area name in Block No. 1 of
the SF-255. Women owned and Minority-owned firms are encouraged to
participate. This is a 100% Small Business set-aside. The SIC Code is
8712. The Small Business Size Standard is $2.5 million. The submitting
firm should also indicate in Block No. 10 of the SF-255 that it is a
small business concern as defined in the FAR. This is not a request for
proposals. See Numbered Note(s): 1. (067) Loren Data Corp. http://www.ld.com (SYN# 0028 19950310\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|