Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1998 PSA#2167

U.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 DIFFERENT JOB CORPS CENTERS LOCATED THROUGHOUT WESTERN KENTUCKY SOL JC-18-98 DUE 092998 POC Contact Ms. Lorraine Saunders (202) 219-8706 WEB: JC-18-98, http://cbdnet.access.gpo.gov. E-MAIL: JC-18-98, saundersl@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 and/or expansion at the Earle C. Clements, Earle C. Clements (Satellite Site), Whitney Young Job Corps Centers and the Pine Knot Civilian Conservation Center located throughout Kentucky. In addition, there is the possibility of expanding the work to West Virginia, Virginia, and North Carolina. 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 $750,000 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 Environmental (Design and construction monitoring for the removal of Asbestos and Lead Paint). 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., September 29, 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 similar typeprojects, 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. The project Teams considered the most highly qualified through the 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-18-98) of the CBD Notice with the location/center name in Block 1 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. THISIS NOT A REQUEST FOR PROPOSALS. Posted 08/24/98 (W-SN240805). (0236)

Loren Data Corp. http://www.ld.com (SYN# 0023 19980826\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page