Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 5,1999 PSA#2317

U.S. Department of Labor, ETA, Division of Contracting Services, 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 SOL JC-10-99 DUE 051899 POC Contact: Mr. Anthony Hill (202) 219-8706 ext. 126 WEB: jc-10-99, http://cbdnet.access.gpo.gov. E-MAIL: jc-10-99, hilla@doleta.gov. Indefinite Quantity Contract for Architect/Engineer Design and Construction Administration Services for rehabilitation and upgrade of existing facilities and systems, to include minor building addition/expansion at the Denison (Iowa), Flint Hills (Kansas), and Excelsior Springs (Missouri) Job Corps Centers. The contract period of performance will be for a one-year period from the date of contract award, with a Government option to extend this period of performance for 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 abestos 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). Firms must be capable of performing design services related to asbestos abatement/removal and/or containment including air monitoring and construction administration services. Specific experience related to asbestos abatement must be detailed in Block No. 10 of the SF-255. Firms must be capable of producing the design documents on a Computer Aided Design and Drafting (CADD) system. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-255 (Architect/Engineer and Related Questionare for Specific Project) which is required for the prime and comprised of brief resumes of key personnel expected to have major responsibilities for the project. One current copy of SF-254 is required for the prime which is comprised of projects related to the type and nature of work for which the firm is responsible. One copy of SF-254 for EACH of its individual consulting firms, if applicable. The SF-254's and SF-255's are to be submitted even if they are currently on file. Facsimile copies will not be accepted. Only firms which submit the forms by the deadline of May 18, 1999, will be considered for review of qualifications. Failure to submit SF-255 and SF-254's will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance are: (1) Qualifications of Assigned Project Personnel, both as to design and project management ability; (2) Specialized Experience of Assigned Project Personnel; (3) Capacity to Perform Work in the required time; (4) 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 Iowa, Kansas or Missouri, with knowledge of the locality of the projects); and (6) Energy Efficiency/Waste Reduction Capabilities. Applicants are required to include a list of three references with telephone numbers and names of contact persons with their submittal. Applicants should include the Solicitation No. (JC-10-99) of the CBD Notice with the location/area name in Block No. 1 of the SF-255. "Women-owned, Minority-owned and Small-disadvantaged business concerns are encouraged to submit. This is a 100% Small Business Set-Aside. The Standard Industrial Classification Code (SIC) 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. Posted 04/01/99 (W-SN315504). (0091)

Loren Data Corp. http://www.ld.com (SYN# 0029 19990405\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page