Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 12,1996 PSA#1635

U.S. Department of Labor, ETA, Division of Acquisition and Assistance, 200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210

C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES SOL JC-03-96 DUE 081296 POC Contact: Olivia Thorpe (202) 219-8706. This project is for design and, at the option of U.S. Department of Labor, construction administration services for the addition of air-conditioning in Wings A, B and C of Building No 1; the replacement of all exterior windows of Building No.1; and the upgrade of the center's electrical system at the Dayton Job Corps Center located in Dayton, Ohio. The estimated cost range of construction is $1,000,000 to $5,000,000 and the maximum allowable time for design is 25 calendar weeks. Only those firms capable of design within this timeframe should apply. The firms must be capable of performing design services related to life-cycle analyses of electrical and mechanical systems, lead testing, asbestos abatement design and construction administration services. Firms should have CADD capabilities. Principal disciplines required are: Architecture, Mechanical(HVAC), Electrical and Asbestos. Submission of both SF-254 and SF-255 is required for the prime firm along with submission of SF-254 for EACH consultant, (SF-254 is required even if it is currently on file). Firms desiring consideration are required to submit BOTH SF-254 and SF-255 by 2:00 p.m. August 12, 1996. Failure to submit both SF-254 and SF-255 will render the submission unacceptable. Facsimile copies will not be accepted. Pertinent factors for consideration of qualifications, listed in order of importance, are: (1) Professional qualifications necessary for satisfactory performance and 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 the contracts with the 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 references with telephone numbers and names of contact persons with their submittal; and (5) Location in the general geographical area of the project and knowledge of the locality of the project. Preference for location is in the following descending order: (a) Local Firms; (b) In-State-Firms; and (c) Out-of-State Firms. Applicants should include the Solicitation No.(JC-03-96) of the CBD Notice with the location/area name in Block 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 and the Small Business Size Standard in $2.5 million. The firm should indicate in Block 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. (0192)

Loren Data Corp. http://www.ld.com (SYN# 0009 19960711\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page