Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 21, 2001 PSA #2855
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACTS FOR ARCHITECT/ENGINEER SERVICES FOR NEW FACILITIES AND THE REHABILITATION AND UPGRADING OF EXISTING FACILITIES AND SYSTEMS AT VARIOUS JOB CORPS AND CIVILIAN CONSERVATION CENTERS LOCATED IN ILLINOIS, IOWA, INDIANA, MICHIGAN, MINNESOTA AND OHIO

Notice Date
May 17, 2001
Contracting Office
U.S. Department of Labor, ETA, Division of Contracting Services, 200 Constitution Ave., NW, Room S-4203, Washington, DC 20210
ZIP Code
20210
Solicitation Number
JC-03-01
Response Due
July 22, 2001
Point of Contact
Ms. Olivia J. Thorpe, Contract Specialist, (202) 693-3325
E-Mail Address
JC-03-01 (othorpe@doleta.gov)
Description
Indefinite Quantity Contracts for Architect/Engineer Design and Construction Administration Services for new facilities and the rehabilitation and upgrade of existing facilities and systems, to include new buildings, building additions and/or building additions and/or building renovations for the Atterbury, Denison, Grand Rapids, Michigan, and Saint Paul, Minnesota. In the future, services may also be required at the Joliet, Cincinnati, Cleveland, Detroit and Flint, Michigan and Laona, Wisconsin. The typical facilities on Job Corps and Civilian Conservation Center campus include but are not limited to dormitories, cafeterias, interior, exterior recreation areas, medical/dental space and classroom and training and administration buildings. The U.S. Department of Labor intends to award several Indefinite Quantity Task Order Contracts under this solicitation. The contract period of performance will be a 1-year period of performance with a Government option of four (4) additional 1-year periods. The Government is uncertain as to the number of delivery orders that will be placed against each contract during the term of the contracts; however, a minimum of $5,000 in services for each contract is guaranteed. Services will be implemented through individual delivery orders. The A/E's fee for single delivery order may not exceed $750,000, with the exception of asbestos-related work, with a cumulative amount of all delivery orders to exceed $1,500,000 per year. An A/E firm can be awarded only one Indefinite Quantity type during the contract terms. 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 producing the design documents and AUTOCAD release 12 or higher. Specifications shall be provided in CSI format and "WordPerfect" compatible. Firms that meet the requirements described in this announcement are invited to submit one (1) copy of a completed SF-255 (Architect-Engineer and Related Questionnaire for Specific Project 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 date of July 21, 2001, 2:00 p.m. (Local time) 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 for Assigned 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 firms in the general geographic area of the projects that effectively demonstrate the capacity to effectively provide the design and construction administration services required to the various Job Corps and Conservation Civilian Centers located in the diverse geographic locations; (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 key personnel and professional staff must be possess the required licenses and registrations to perform the design services for the Job Corps and Conservation Centers located in Indiana, Iowa, Minnesota, Michigan, Illinois, and Wisconsin. The Project Teams considered the most highly qualified through the evaluation will have references checked. Project Teams still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation Number JC-03-01 and the title of this CBD Notice in Block No. 1 of the SF-255. This is a 100% Small Business Set-Aside. The NAICS code is 541310 and the Small Business Size Standard is $4.0. HUBzone, small disabled veterans, woman-owned, small disadvantaged businesses, 8(a) business, and small businesses are encouraged to apply. Further, small businesses located in the States listed herein are encouraged to apply for HUB zone certification. Information regarding HUB zone certification can be found at http:www.sba.gov. 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 A PROPOSAL.
Web Link
JC-03-01 (http://cbdnet.access.gpo.gov)
Record
Loren Data Corp. 20010521/CSOL004.HTM (W-137 SN50M488)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on May 17, 2001 by Loren Data Corp. -- info@ld.com