Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,2000 PSA#2605

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 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