|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,1998 PSA#2061U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- INDEFINITE QUANTITY CONTRACT FOR REHABILITATION AND UPGRADING OF
EXISTING FACILITIES AND SYSTEMS AT THE LOS ANGELES JOB CORPS CENTER IN
LOS ANGELES, CALIFORNIA SOL JC-08-98 DUE 043098 POC Kenneth S. Graves,
Contract Specialist (202) 219-8706, Ext. 123 WEB: jc-08-98,
http://cbdnet.access.gpo.gov. E-MAIL: jc-08-98, gravesk@doleta.gov.
Indefinite Quantity Contract for Architect/Engineer Design and
Construction Administration services for the rehabilitation and
upgrading of existing facilities and systems, and minor or limited
building additions or expansions at the Los Angeles Job Corps Center
located in Los Angeles, California. 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 or 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 $5,000.00 in
services is guaranteed. Services will be implemented through individual
delivery orders. A/E fees for any one delivery order may not exceed
$150,000.00, with the exception of asbestos related work, with a
cumulative amount of all delivery orders not to exceed $300,000.00 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, Asbestos
Abatement, and Lead Paint. Firms must be capable of performing design
services related to asbestos abatement and lead paint removal and/or
containment including air monitoring and construction administration
services. Specific experience related to asbestos abatement and lead
paint removal must be detailed in Block No. 10 of the SF-255. Firms
must also be capable of producing the design documents on a Compter
Aided Design and Drafting (CADD) system. 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 April 30, 1998, will be
considered for review of qualifications. Failure to submit BOTH the
SF-254's and SF-255's 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 n 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/areaname
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. (0084) Loren Data Corp. http://www.ld.com (SYN# 0028 19980327\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|