|
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 -- ARCHITECTURAL/ENGINEERING DESIGN AND, AT THE OPTION OF THE U.S.
DEPT OF LABOR, CONSTRUCTION ADMINISTRATION SERVICES FOR NEW
CONSTRUCTION AND ADDITIONS OF EXISTING BUILDINGS AT THE EDISON JOB
CORPS CENTER LOCATED AT EDISON, NEW JERSEY SOL JC-12-98 DUE 070298 POC
Contact Mr. Anthony Hill (202) 219-8706 Ext 126 WEB: JC-12-98,
http://cbdnet.access.gpo.gov. E-MAIL: JC-12-98, hilla@doleta.gov.
Architectural/Engineering Design and, at the option of the U.S.
Department of Labor, Construction Administration Services for anew
dormitory building (13,500 GSF); a new administration building (15,000
GSF); an addition to the education building (10,000 GSF); an addition
to the gymnasium building (7,200 GSF); and an addition to the culinary
arts building (2,800 GSF) at the Edison Job Corps Center located in
Edison, New York. The work shall include demolition of existing
buildings and miscellaneous site improvements on all sites, such as
utilities installation, site/security lighting, landscaping, roads, and
parking facilities. The buildings shall be one story, slab on grade.
Required disciplines are: Architecture, Structural, Civil, Mechanical
(plumbing & HVAC), Electrical and Asbestos (design and construction
monitoring). Submission of SF-255 for the prime and current SF-254's
for the prime and EACH consultant, is required by 2:00 p.m. July 2,
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 high 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/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 checked will be interviewed. Applicants should
include the Solicitation No. JC-12-98 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 an d 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. (0146) Loren Data Corp. http://www.ld.com (SYN# 0015 19980529\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|