|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406U.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 ATTERBURY
JOB CORPS CENTER LOCATED IN EDINBURGH, INDIANA. SOL JC-21-99 DUE 090799
POC Contact Ella Freeman (202) 219-8698 ext. 106 WEB: jc-21-99,
http://cbdnet.access.gpo.gov. E-MAIL: jc-21-99, efreeman@doleta.gov.
This project involves A/E services for design and construction
administration services at the Atterbury Job Corps Center located in
Edinburgh, Indiana for a new dormitory of approximately 16,000 gross
square feet. The dormitory shall be a conventionally constructed one or
two-story structure. The work shall also include miscellaneous site
improvements such as utilities' installation, site/security, fire
protection, lighting, sidewalks, and landscaping. The estimated
construction cost range is $1 million to $5 million. Required
disciplines are: Structural, Civil, Architectural, mechanical (HVAC &
Plumbing), Fire Protection and Electrical. 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 responsibilities 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 for each of its individual
consulting firms, if applicable. The SF-255 and 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 of
September 7, 1999, will be considered for review of qualifications.
Failure to submit SF 255 and 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 similar 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 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 their references checked. Project Teams
still considered the most qualified following the reference checks will
be interveiwed. Applicants should include the Solicitation No. JC-21-99
of the CBD Notice with the location/center name in Block No. 1 of the
SF 255. Women-owned, Minority-owned and Small-Disadvantaged business
concernsare encouraged to submit. This is a 100% Small Business
Set-Aside. The SIC Code is 8712 and the Small Business Size Standard if
$4.0 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 PROPOSAL. Posted 08/06/99 (W-SN364841). (0218) Loren Data Corp. http://www.ld.com (SYN# 0021 19990810\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|