|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,1998 PSA#2106U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- INDEFINITE QUANTITY CONTRACT FOR DESIGN AND CONSTRUCTION
ADMINISTRATION SERVICES FOR REHABILITATION, UPGRADING OF EXISTING
FACILITIES AND SYSTEMS TO INCLUDE MINOR BUILDINGS ADDITIONS AND
EXPANSIONS AT THE CASCADES JOB CORPS CENTER IN SEDRO WOOLED,
WASHINGTON. SOL JC-10-98 DUE 070798 POC Contact Ms. Marion Carter
(202)219-8706. WEB: JC-10-98, http://cbdnet.access.gpo.gov. E-MAIL:
JC-10-98, carterm@doleta.gov. Indefinite Quantity Contract for
Architect/Engineering Design and Construction Administration Services
for the rehabilitation of, upgrading of, and addition/expansion of
existing facilities and systems at the Cascades Job Corps Center
located in Sedro Woolley, Washington. Contract period of performance
will be one-year period from 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 $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 disciplinesare: 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 6, 1998. Failure to submit SF-255 and SF-254's will render
the submission UNACCEPTABLE. Facsimile submission will not be accepted.
Submissions will be evaluated in two phases. In Phase One, the Prime
A/E will be evaluated per for the following pertinent factors, listed
in order of importance: (1) Qualifications of Assigned Project
Personnel, both as to design and project manager 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 theprojects); and (6) Energy
Efficiency/Waste Reduction Capabilities. Prime architect and engineers
highly rated in Phase One will be further evluated 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 Team Experience. The Project
Teams considered the most high 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-10-98) 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 a small
business concern as defined in the FAR. THIS IS NOT A REQUEST FOR
PROPOSALS. (0148) Loren Data Corp. http://www.ld.com (SYN# 0026 19980601\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|