Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 5,1999 PSA#2403

U.S. Department of Labor, ETA, Division of Contracting Services, 200 Constitution Ave., NW, Room S-4203, Washington, DC 20210

C -- ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE WOLF CREEK CIVILIAN CONSERVATION CENTER LOCATED IN GLIDE, OREGON SOL JC-20-99 DUE 090899 POC Ms. Olivia J. Thorpe, 202-219-8698 extension 105 WEB: JC-20-99, http://cbdnet.access.gpo.gov. E-MAIL: jc-20-99, othorpe@doleta.gov. This project involves A/E services for design and construction administration services at the Wolf Creek Civilian Conservation Center for new dormitory and dining hall buildings of approximately 33,000 gross square feet. These buildings shall be conventionally constructed one story, slab on grade with a pitched roof. The work shall include miscellaneous site improvements such as utilities' installation, site/security lighting, sidewalks, and landscaping. The estimated construction cost range is $2,500,000 to $5,000,000. Required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC and Plumbing), Electrical, and Kitchen Consultant. Firms must be capable of producing the design documents on AUTOCAD release 12 or higher. Specifications shall be provided in CSI format and "Wordperfect" compatible. Total Design Time is 28 calendar weeks. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-255 (Architect-Engineer and Related Questionnaire for Specific Projects) to include brief resumes of key personnel expected to have major responsbilities for the project. One current copy of SF-254 is required for the prime to include projects related to the type and nature of work for which the firm was responsible, and one copy of SF-254'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 date of September 8, 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, for the Project Team, are (1) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability; (2) Specialized Experience of Assigned Project Personnel; (3) Capacity to Perform Work in the Required Time; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, for similiar type projects, including past Job Corps Center projects, if applicable; (5) location (preference shall be given to Project Team located in the general geographical area of the project, with knowledge of general the locality of the project); 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. The Project Teams considered the most highly qualified will have references checked. Project Teams still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. JC-20-99 of this CBD Notice with the location/center name in Block No. 1 of the SF255. Women-owned, Minority-owned and Small-disadvantaged business concerns are encouraged to submit. The SIC Code is 8712 and the Small BusinessSize Standard is $4.0 million. This is a 100% Small Business Set-Aside. 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 PROPOSAL. See Numbered Note(s): 1. Posted 08/03/99 (W-SN362295). (0215)

Loren Data Corp. http://www.ld.com (SYN# 0011 19990805\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page