Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2002 FBO #0383
SOLICITATION NOTICE

C -- Architectural and Engineering Design Services, Shreveport Job Corps Center, Shreveport, Louisiana

Notice Date
12/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Contract Services, 200 Constitution Avenue, NW, Room S4203, Washington, DC, 20210
 
ZIP Code
20210
 
Solicitation Number
jc03-03
 
Archive Date
4/23/2003
 
Point of Contact
Olivia Thorpe, Contract Specialist, Phone (202) 693-3325, Fax (202) 693-2879, - Olivia Thorpe, Contract Specialist, Phone (202) 693-3325, Fax (202) 693-2879,
 
E-Mail Address
othorpe@doleta.gov, othorpe@doleta.gov
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Department of Labor, ETA, Division of Contract Services, 200 Constitution Avenue, NW, Room S-4203, Washington, D.C. 20210 C--ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE SHREVEPORT JOB CORPS CENTER LOCATED AT 2815 LILLIAN STREET, SHREVEPORT, LOUISIANA. SOL JC-03-03 DUE on January 23, 2003, POC Contact: Ms. Olivia Thorpe (202) 693-3325. This project involves Architectural/Engineering services for the design and construction administration of a new two-story 136-Bed Female Dorm, approximately 30,284 GSF; demolition of existing Building "C"; demolition of approximately 10,000 SF of existing pavement; and construction of approximately 12,000 SF new parking area at the Shreveport Job Corps Center. The work also includes, but is not limited to, miscellaneous site improvements in the form of general landscaping, concrete walkways, covered walkways, drainage, connection to all utility lines above and below ground (as applicable), and site/security lighting for the new building. Firms must be capable of performing design services related to new construction to include: architectural, structural, civil, mechanical, electrical, and plumbing systems and construction administration services. The building will be designed for construction and will require preparation of a bid package and construction administration services. Firms desiring consideration must be capable of producing all design drawings on Auto-Cad version 14 or higher, or a compatible system. Specifications shall be provided in CSI format and be Microsoft Word compatible. The estimated cost range for construction is $1,000,000 to $5,000,000 and the maximum allowable time for design is 20 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 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-254s are to be submitted even if they are currently on file. Required disciplines are: Civil, Structural, Architectural, Mechanical (HVAC & Plumbing), Fire Protection, Electrical, and a Landscape Architect. Submission of SF-255 for the prime and current SF-254s for the prime and each consultant is required by 2:00 p.m., January 23, 2003. Failure to submit SF-255 and SF254s will render the submission. Facsimile submissions will not be accepted. The Prime Firm and Consultants will be evaluated per the following pertinent factors, listed in order of importance: (1) Qualifications of Assigned Project Personnel, both as to design and project management ability; (2) Specialized Experience of the Assigned Project Personnel; (3) Firm's Capacity to Perform Work; (4) The Prime Firm's Experience/Past Performance on similar type projects, including past Job Corps Center projects, if applicable; (5) location (Preference shall be given to Prime Firms located in the general geographical area 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 would have references checked. Project Teams still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. (JC-03-03) of the FBO 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 NAICS Code is 541310 and the Small Business Size Standard is $4 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 PROPOSALS.
 
Place of Performance
Address: 2815 Lillian Street, Shreveport, Louisiana
Zip Code: 71109
Country: U.S.
 
Record
SN00225886-W 20021220/021218213333 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.