|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1995 PSA#1406U. S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, NW, Room S-4203, Washington, DC 20210 C -- ARCHITECT/ENGINEERING DESIGN AND CONSTRUCTION SERVICES Sol
JC-32-95 Due 090595 Contact, Anthony Hill (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 Jacksonville, and Gainesville
Job Corps Centers located in Jacksonville and Gainesville, Florida,
respectively. Firms must be capable of peforming design services
related to asbestos abatement/removal and/or containment including air
monitoring and construction administration services, and should have
CADD capability. Contract period of performance will be a one-year
period from the date of contract award, with Goverment 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 $2,500 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 form can be awarded only one
Indefinite Quantity type contract during the contract term. Principal
disciplines required are: Architect, Civil Engineer, Electrical
Engineer, Mechancial Engineer, Structural Engineer, and Industrial
Hygienst. Firms must be capable of performing design services related
to asbestsos abatement/removal/ and/or containment including air
monitoring and construction administration services. 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 submission of a 254 for EACH EACH of its
consulting firms, if applicable. (Note: The SF-254 and SF-255 have been
revised as of 11/92). The revised forms delete the obsolete definition
of ``Architect/Engineer and related services'' and refer to the
definition as stated in Part 36 of the Federal Acquisition Regulation
(FAR). The SF-254 and SF-255 are required even it they are currently on
file. Facsimile copies will not be accepted. Only those firms which
submit by the deadline date of August 28, 1995, will be considered for
review of qualifications. Failure to submit BOTH the SF-254 and SF-255
will render the submission unacceptable, 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 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
are 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 Block No. 1 of the SF-255. Women-owned and
Minority-owned firms are encouraged to participate. This is a 100%
Small Business Size Standard is $2.5 million. The submitting firm
should also indicate indicte 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 proposal. See Numbered Note(s): 1 (216) Loren Data Corp. http://www.ld.com (SYN# 0013 19950808\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|