|
COMMERCE BUSINESS DAILY ISSUE OF JULY 10,1997 PSA#1884U.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 OF
EXISTING FACILITIES AND SYSTEMS AT THE WESTOVER JOB CORPS CENTER IN
CHICOPEE, MASSACHUSETTS SOL JC-21-97 DUE 073197 POC Kenneth S. Graves,
Contract Specialist (202) 219-8706. Indefinite Quantity Contract for
Architect/Engineer Design and Construction Administration services for
the rehabilitation and upgrading of existing facilities and systems at
the Westover Job Corps Center located in Chicopee, Massachusetts.
Contract period of performance will be for a one-year period from the
date of contract award, with a Government option to extend the period
of performance for four additional one-year periods. The Government is
uncertain as to the number of delivery orders that will be placed
against the contract during the term of the contract, however, a
minimum of $2,500.00 in services is guaranteed. Services will be
implemented through individual delivery orders. A/E fees for any one
delivery order may not exceed $75,000.00, with the exception of
asbestos related work, with a cumulative amount of all delivery orders
not to exceed $150,000.00 per annum. An A/E firm can be awarded only
one Indefinite Quantity type contract during the contract term.
Required principal disciplines are: Architectural, Civil, Electrical,
Mechanical, Structural, and Asbestos Abatement. 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. Submission of
a SF-254 and a SF-255 is required for the prime firm, along with the
submission of a SF-254 and a SF-255 for EACH of its consulting firms,
if applicable. 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 firms which submit the forms by the deadline date of
July 31, 1997, 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 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. The Standard Industrial 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. (0189) Loren Data Corp. http://www.ld.com (SYN# 0011 19970710\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|