|
COMMERCE BUSINESS DAILY ISSUE OF MAY 29,1998 PSA#2105U.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 BLUE RIDGE JOB CORPS CENTER
LOCATED AT MARION, VIRGINIA SOL JC-11-98 DUE 070298 POC Contact Anthony
Hill (202) 219-8706 Ext. 126 WEB: JC-11-98,
http://cbdnet.access.gpo.gov. E-MAIL: JC-11-98, hilla@doleta.gov.
Indefinite Quantity Contract for Architect/Engineer Design and
Construction Administration Services for the rehabilitation and upgrade
of existing facilities and system, to include minor building
addition/expansion at the Blue Ridge Job Corps Center located in
Marion, Virginia. The contract period of performance will be a one-year
period of performance with four (4) 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 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
& HVAC), Electrical and Asbestos (design and construction monitoring).
Submission of SF-255 for the prime and EACH consultant, is required by
2:00 p.m. June 17, 1998. Failure to submit SF-255 and SF-254's will
render the submission UNACCEPTABLE. 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) Firm'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; (5) LOCATION (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); AND (6) ENERGY
EFFICIENCY/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 evluated
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 Team Experience. 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
references checks will be interviewed. Applicants should include the
Solicitation No. (JC-11-98) of the CBD Notice with the location/center
name in 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 small
business concern as defined in the FAR. THIS IS NOT A REQUEST FOR
PROPOSALS. (0146) Loren Data Corp. http://www.ld.com (SYN# 0014 19980529\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|