Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1996 PSA#1643

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

C -- PY'96 - NEW GYMNASIUM AND RECREATION CENTER BUILDING AT THE TULSA JOB COPRS CENTER IN TULSA, OKLAHOMA SOL JC-04-96 DUE 082296 POC Ms. Marion B. Carter, Contract Specialist, (202) 219-8706. This project involves A/E Services for design, with Government Option for Construction Administration, for a new gymnasium and Recreation Center Building at the Tulsa Job Corps Center located in Tulsa, Oklahoma. Gross Square Footage Involved is 16,500 GSF. Firms must be capable of performing design services related to new gymnasium and recreation buildings and construction administration services. The work shall include site improvements, such as utilities installation, site/security lighting, sidewalks and landscaping. The building shall be a one-story, slab-on-grade structure. The maximum allowable design time for this project is 28 calendar weeks. The estimated construction cost range is $1 million to $5 million. Principal disciplines required are Architectural, Structural, Mechanical (plumbing & HVAC), Civil and Electrical. Submission of a SF-254 and a SF-255 is required for the prime firm, along with the submission of a SF-254 for EACH of its Consulting firms, if applicable. (NOTE: SF-254 and SF-255 have been revised 11/92). (The revised forms delete the obsolete definition of ''Architect-Engineer and related services'' on the forms and refers to the definition as stated in Part 36 of the Federal Acquisition Regulation (FAR).) Firms needing to obtain the revised forms should consider utilizing the following sources: copies may be acquired through local Architect Institute of America (AIA) offices, copies may be reproduced from the FAR, Part 53, and Forms are available at local public libraries that maintain copies of the FAR, or copies may be requested from the various Federal Regional and National Office locations. Facsimile copies will not be accepted. Firms may also purchase printed packages of the forms through the Super- intendent of Documents, Government Printing Office, Washington, D.C. 20402-9371. Submittals should be received by c.o.b. August 22, 1996. Failure to submit BOTH 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 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 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 Prime 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. (0204)

Loren Data Corp. http://www.ld.com (SYN# 0027 19960723\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page