|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605U.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 VARIOUS JOB CORPS CENTERS LOCATED
IN: ALBUQUERQUE/ROSWELL, NEW MEXICO AND EL PASO, TEXAS SOL JC-15-00 DUE
062600 POC Contact: Marissa Dela Cerna, (202) 219-8706, ext. 110 WEB:
jc-15-00, http://cbdnet.access.gpo.gov. E-MAIL: jc-15-00,
mdelacerna@doleta.gov. Indefinite Quantity Contract for
Architect/Engineer Design and Construction Administration Services for
the rehabilitation and upgrade of existing facilities and systems, to
include minor building addition and/or expansion at the Albuquerque,
Roswell and David L. Carrasco Job Corps Centers, and, in limited,
"emergency" circumstances to include backup services at the Phoenix and
Fred Acosta Job Corps Centers located in Arizona. The contract period
of performance will be one-year period from the date of contract award,
with the Government Option to extend the period of performance for four
additional one-year periods. The Government is uncertain as 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 asbestos related work, with a cumulative amount
of alldelivery 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.
Submission of SF-255 is required for the prime and EACH of its
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 date of
June 26, 2000 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, 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 A/E's experience/Past
Performance on similar type projects, including past Job Corps Center
projects, if applicable; (5) Location (preference shall be given to
Prime A/E firms located within a 250-mile radius of Almagordo, New
Mexico); and (6) Energy Efficiency/Waste Reduction Capabilities.
Applicants should include the Solicitation No. JC-15-00 of the CBD
Notice with the location/center name in Block No. 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 $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 05/18/00
(W-SN456396). (0139) Loren Data Corp. http://www.ld.com (SYN# 0018 20000522\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|