Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOLICITATION NOTICE

C -- ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT VARIOUS JOB CORPS CENTERS LOCATED IN KENTUCKY

Notice Date
2/12/2004
 
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
JC-03-04
 
Response Due
3/15/2004
 
Archive Date
6/30/2004
 
Point of Contact
Eric Luetkenhaus, Contract Specialist, Phone 202-693-3109, Fax 202-693-2965,
 
E-Mail Address
luetkenhaus.eric@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a notice of intent to contract for Indefinite Quantity Architect/Engineer (A/E) Design and Construction Administration Services for rehabilitation and upgrade of existing facilities and systems, to include minor building addition and/or expansion at the Muhlenberg and Earle C. Clements Job Corps Centers. Services may also include Architect/Engineer Design and Construction Administration Services for construction of new facilities, including but not limited to, Gymnasiums, Recreation Centers, Cafeterias, Dormitories, Independent Living Housing, Warehouses, Educational Buildings and Child Development Centers. In the future, services may be required at Carl D. Perkins, Frenchburg, Great Onyx, Pine Knot and Whitney Young Job Corps Centers. The U.S. Department of Labor intends to award two (2) Indefinite Quantity Task Order Contracts under this solicitation. The contract period of performance will be a one-year period of performance with a Government option of four (4) additional one-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 contract; however, a minimum of $5,000.00 in services for each contract is guaranteed. Services will be implemented through individual delivery orders. A/E fees for any one-delivery order may not exceed $750,000.00, with the exception of asbestos related work, with a cumulative amount of all delivery orders not to exceed $1,500,000.00 per year. The A/E firms will be awarded only one Indefinite Quantity type contract during the contract term. Required disciplines are: Architecture, Structural, Civil, Geotechnical, 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 on AUTOCAD Release 14 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 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 to the U.S. Department of Labor ETA, Division of Contract Services, 200 Constitution Avenue NW, Room N-5425, Washington, DC 20210 Attn: Eric Luetkenhaus. 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 March 15, 2004 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, 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) Experience in the design of Gymnasiums, Recreation Centers, Cafeterias, Dormitories, Warehouses, Educational Buildings, Child Development Centers and similar type facilities; (6) location (preference shall be given to Prime A/E?s located in the general geographical area of the project, with knowledge of the locality of the project); and (7) 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 possess the required licenses and registrations to perform the design services for the Job Corps Centers located in Kentucky. The Project Teams considered the most highly qualified through the evaluation will have their references checked. Project Teams still considered the most qualified following the references checks will be interviewed. Applicants should include the Solicitation No. (JC-03-04) of this FBO Notice with the location/center name 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 million. 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 above State are encouraged to apply for HUBzone certification. Information regarding HUBzone certification can be found at http:www.sba.gov. The firm should indicate in Block 10 of the SF255 that it is a small business concern as defined in the FAR. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Place of Performance
Address: Various Job Corps Centers in Kentucky
Country: USA
 
Record
SN00521374-W 20040214/040212212133 (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.