Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9,1997 PSA#1758

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 SERVICES FOR PY-96 -- NEW DORMITORY (DESIGN ONLY) AT THE GAINESVILLE JOB CORPS CENTER SOL JC-06-97 DUE 021397 POC Monica Gloster, Contract Specialist, (202) 219-8706. This project involves A/E Services for design and at the option of the U.S. Department of Labor, construction administration services for one (1) new 26,500 GSF Dormitory for 136 students. Provide architectural and engineering services including, but not limited to, site planning, miscellaneous site improvements, utilities installation, site/security lighting, landscaping, roads, sidewalks, building design, and the coordination of the new facilities with the existing new construction developed as part of the overall development plan for the center located in Gainesville, Florida. The firms must be capable of performing construction administration services. The estimated construction cost range is $1 million to $5 million. Principal disciplines required are: Architectural, Structural, Civil, Mechanical (HVAC and plumbing), Electrical, Geo-technical Engineering, Environmental Assesstment Study. Submission of a 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 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). Facsimile copies will not be accepted. Firms may also purchase printed packages of the forms through the Superintendent of Documents, Government Printing Office, Washington, D.C. 20402-9371. Pertinent factors for the 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 the contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Offerors are required to include a list of three references with telephone numbers and name of contact persons, and (5) Location in general geographical area of the project and knowledge of the locality of the project -- 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 the CBD notice with 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 Standard is $2.5 million. The SIC Code is 8712. The submitting firms 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. (0006)

Loren Data Corp. http://www.ld.com (SYN# 0013 19970109\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page