|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31,1995 PSA#1422U.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 C.D. PERKINS JOB CORPS CENTER
Sol JC-37-95. Due 092995. Contact, Mr. 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 C. D. Perkins Job
Corps Center located in Prestonsburg, KY. 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
delivery orders that will be placed against the contract during the
term of the contract; however, a minimum of $3,000 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 Consultant. Minimum staffing required are: Architects (2),
Civil Engineer (1), Construction Inspector (1), Draftsman (6),
Electrical Engineer (2), Estimator (1), Mechannical 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 containmnent 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 applicble. (NOTE: The SF-254 an
SF-255 have been revised as of 11/92.) The revised forms deleted 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
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 September 29, 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 other 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 Size 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. (240) Loren Data Corp. http://www.ld.com (SYN# 0012 19950830\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|