|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1998 PSA#2185U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE GAINESVILLE
JOB CORPS CENTER LOCATED IN GAINESVILLE, FLORIDA SOL JC-19-98 DUE
102398 POC Ms. Monica Gloster (202) 219-8706 ext. 118 WEB: JC-19-98,
http://cbdnet.access.gpo.gov. E-MAIL: JC-19-98, glosterm@doleta.gov.
This project involves A/E services for design and construction
administration services at the Gainesville Job Corps Center located in
Gainesville, Florida for a new recreation building of approximately
9,500 gross square feet. The building shall be a conventionally
constructed one story structure, slab on grade with a pitched roof. The
work shall also include miscellaneous site improvements such as
utilities installation, site/security lighting, sidewalks, and
landscaping. The estimated construction cost range is $1 million to $5
million. 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., October 23,
1998. Failure to submit SF-255 and SF-254's will render the submission
UNACCEPTABLE. Facsimile submissions will not be accepted. The Prime
firm and consultants 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 firm's Experience/Past
Performance on similiar type projects, including past Job Corps Center
projects, if applicable; (5) location (preference shall be given to
Prime firm'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 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-19-98) 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. THIS
IS NOT A REQUEST FOR PROPOSALS. See Numbered Note(s): 1. Posted
09/18/98 (W-SN251846). (0261) Loren Data Corp. http://www.ld.com (SYN# 0015 19980922\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|