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