Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1996 PSA#1736

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 FOR A NEW PHYSICAL FITNESS CENTER AT THE GRAFTON JOB CORPS CENTER SOL JC-04-97 DUE 011097 POC Kenneth S. Graves, Contract Specialist (202) 219-8706. This project is for design and construction administration services for a new 30,000 GSF physical fitness center at the Grafton Job Corps Center, North Grafton, Massachusetts, on a site that is listed on the National Register of Historically Significant Places. The project requires the demolition of an abandoned heating plant on the site of the new construction and incorporation of the remaining portions of the existing building into the new facility, in accordance with The Secretary of the Interior's "Standards for Rehabilitation of Historic Properties". This project requires the highest quality design and exceptional creativity to provide Job Corps students with the best possible recreation facility while protecting the site's unique historical character. The physical fitness center will include a gymnasium, a stage area, recreational rooms for activities such as aerobics, weight lifting, billiards, and arts/crafts, a multipurpose room, and men's and women's shower/toilet/locker areas. The building will also contain center support functions, and vocational training classrooms. This project also includes miscellaneous site improvements, i.e., landscaping, roads, parking areas, utilities, site/security lighting, and underground storage tank removal. Firms must be capable of performing design services related to underground storage tank removal and asbestos abatement/removal and/or containment, including air-monitoring and construction administration services, and must also exhibit recent work on projects involving coordination with the Massachusetts State Historical Preservation Office. The estimated cost range for construction is between $1 million and $5 million, and the allowable time for design is 42 calendar weeks. Minimum principal disciplines required for this project are: Architectural, Structural, Civil, Mechanical (Plumbing and HVAC), Electrical, and Asbestos Consultant. 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: 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). 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, Forms, available at local public libraries that maintain copies of the FAR, or copies may be requested from various Federal Regional and National Office locations. Firms may also purchase printed packages of the forms through the Superintendent of Documents, Government Printing Office, Washington, D.C. 20402-9371, allow 2 to 4 weeks for delivery. The SF-254's and SF-255's are required to be submitted 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 May 31, 1994, will be considered for review of qualifications. Failure to submit BOTH the SF-254's 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 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 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 acquisition. This Standard Industrical Classification (SIC) Code is 8712. The Small Business Size Standard is $2.5 million. The submitting firm should 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. (0339)

Loren Data Corp. http://www.ld.com (SYN# 0017 19961206\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page