Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1998 PSA#2185

U.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