|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 19,1997 PSA#1785U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 C -- INDEFINITE QUANTITY CONTRACT FOR REHABILITATION AND UPGRADING EXI
STING FACILITES AT THE CINCINNATI AND DAYTON JOB CORPS CENTERS SOL
JC-10-97 DUE 031997 POC Ms. Olivia J. Thorpe, Contract Specialist,
(202) 219-8698. Indefinite Quantity Contract for Design and
Construction Administration Services for the Rehabilitation and
Upgrading of Existing Facilities and Systems at the Cincinnati and
Dayton Job Corps Centers. Contract period of performance will be for a
1-year period from the date of contract award, with a Government
option to extend the period of performance for four (4) 1-year periods.
The Government is uncertain as to the delivery orders that will be
placed against the contract during the term of the contract; however,
a minimum of $5,000 in services is guaranteed. Services will be
implemented through individual delivery orders. A/E fees for any one
delivery order may not exceed $100,000 with the exception of
asbestos-related work, with a cumulative amount of all delivery orders
not to exceed $300,000 per year. An A/E firm can be awarded only one
Indefinite Quantiy type contract during the contract term. Principal
disciplines required are: Architectural, Structural, Civil, Mechanical
(Plumbing and HVAC), Drafters, Electrical, Historical Preservation and
Asbestos Consultants. Firms must be capable of performing design
services related to asbestos abatement/removal and/or containment
including air monitoring, and construction administration services, and
should have CADD capability. Specific related to asbestos abatement
MUST be detailed in Block 10 of the SF-255. Submission of SF-254 and
SF-255 is required for the prime firm, along with the submission of 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
deleted 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). The SF-254 and SF-255 are
required even if they currently on file. Facsimile copies will not be
accepted. ONLY those firms which submit the required forms by the
Deadline date of March 19, 1997, will be considered for review of
qualifications. Failure to submit BOTH of 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 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 their 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 submitting 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. (0045) Loren Data Corp. http://www.ld.com (SYN# 0023 19970219\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|