|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1997 PSA#1781U.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 ONLY) SERVICES FOR PROGRAM YEAR 96 --
NEW DORMITORY (DESIGN ONLY) SOL JC-09-97 DUE 031297 POC Contact
Marissa G. Dela Cerna, Contract Specialist, (202) 219-8694. This
project is for Architect/Engineer Design, and at the option of U.S.
Department of Labor, construction administration services for a 29,000
gross square foot dormitory. All work is at the Albuquerque Job Corps
Center, Albuquerque, New Mexico. The firm should have CADD capability.
The estimated cost range for construction is $1,000,000 to $5,000,000
and the maximum allowable time for design is 44 calendar weeks. Only
those firms capable of design within this timeframe should apply.
Principal disciplines required are: Architecture, Structural, Civil,
Mechanical(plumbing & HVAC), Electrical, Landscape Arch. and Cost
Estimator. Submission of both SF-254 and SF-255 is required for the
prime firm along with submission of SF-254 for each consultant, if
applicable. The SF-254's and 255's are required to be submitted even if
they are currently on file. Firms desiring consideration are required
to submit BOTH SF-254 and SF-255 by 2:00 p.m. March 12, 1997. Only
those firms which submit required forms by the above deadline will be
considered for review of qualifications. 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-09-97) 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 is $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. (0041) Loren Data Corp. http://www.ld.com (SYN# 0023 19970212\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|