|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 3,1998 PSA#2066U.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 JOLIET JOB CORPS CENTER,
JOLIET, ILLINOIS SOL JC-07-98 DUE 050598 POC Ms. Olivia J. Thorpe,
(202) 219-8698 ext. 105 WEB: JC-07-98, http://cbdnet.access.gpo.gov.
E-MAIL: JC-07-98, thorpeo@doleta.gov. Indefinite Quantity Contract for
Architect/Engineer Design and Construction Administration Services for
the rehabilitation of, upgrading of, and addition of existing
facilities and systems at the Joliet Job Corps Center, Joliet,
Illinois. The contract period of performance will be a 1-year period of
performance for four (4) additional 1-year periods. The Government is
uncertain as to the number of delivery orders that will be place
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 $150,000, with the exception of
ASBESTOS-related work, with a cumulative amount of all delivery orders
not to exceed $350,000 per year. An A/E firm can be awarded only one
Indefinite Quantity type contract during the contract term. Required
disciplines are: Architecture, Structural, Civil, Mechanical (plumbing
and HVAC). Electrical and Asbestos (design and construction
monitoring). Submission of SF-255 and SF-254's for the prime and EACH
consultant is required by 2:00 p.m., May 5, 1998, local time. Failure
to submit SF-255 and SF-254's will render the submission NONRESPONSIVE.
Facsimile submissions will not be accepted. Submissions will be
evaluated in two phases. In Phase One, the Prime A/E will be evaluated
per the following pertinent factors, listed in order of importance:
(1) Qualifications of Assigned Project Personnel, both as to design and
project management ability; (2) Specialized Experience of Assigned
Project Personnel; (3) The Prime A/E's Capacity to Perform Work: (4)
The Prime A/E's Experience/Past Performance on similiar type projects,
including past Job Corps Center projects, if applicable; and (5)
Energy Efficient/Waste Reduction Capabilities. Prime architect and
engineers highly rated in Phase One will be further evaluated in Phase
Two. In Phase Two, the Project Team (Prime and consultants) will be
evaluated per the following pertinent factors, listed in order of
importance: (1) Qualifications of Assigned Project Personnel, (2)
Specialized Experience of Assigned Project Personnel, (3) Energy
Efficiency/Waste Reduction Capabilities, and (4) Prior Project Team
Experience. Preference shall be given to Prime A/E's located in the
general geographical area of the project, with knowledge of the
locality of the projects. The Project Teams considered the most highly
qualified through the Phase Two evaluation will have references
checked; all submissions shall include a list of references with
applicable telephone numbers and contact names. Project Teams still
considered the most qualified following the reference checks will be
interviewed. Applicants should include the Solicitation Number JC-07-98
of the CBD Notice with the location/center name Block of the SF-255.
Women-owned and Minority-owned firms are encouraged to submit. 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. (0091) Loren Data Corp. http://www.ld.com (SYN# 0028 19980403\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|