|
COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1995 PSA#1348U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, NW, Room S-4203, Washington, DC 20210 C -- INDEFINITE QUANTITY CONTRACT FOR A/E SERVICES Sol JC-26-95-DAA.
Due 061295. Contact, Anthony Hill, (202) 219-8706. Indefinite Quantity
Contract for Architect/Engineer Design and Construction Administration
services for the rehabilitation and upgrade of existing facilities and
systems at the Sierra Nevada Job Corps Center, located in Reno,
Nevada. Contract period of performance will be a one-year period from
the date of contract award, with the Government option to extend the
period of performance for four additonal one-year periods. The
Government is uncertain as to 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 $100,000 with the exception of asbestos
related work, with a cumulative amount of all delivery orders not to
exceed $300,000 per year. An A/E firm can be awarded only one
Indefinite Quantity type contract during the contract term. Principal
disciplines required are: Architect, Civil Engineer, Electrical
Engineer, Mechanical Engineer, Structural Engineer, and Industrial
Hygienist. 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 10
of the SF-255. Submission of SF-254 and SF-255 is required for the
prime firm, along with submission of a SF-254 for EACH of its
consulting firms, if applicable. (NOTE: The SF-254 and SF-225 have been
revised as of 11/92). The revised forms delete the obsolete definition
of ``Architect/Engineer and related services'' and refer to the
definition as stated in Part 36 of the Federal Acquisition Regulation
(FAR). The SDF-254 and SF-255 are required even if they are currently
on file. Facsimile copies will not be accepted. Only those firms which
submit the required forms by the deadline date of June 12, 1995, will
be considered for review of qualifications. Failure to submit BOTH the
SF-254 and SF-255 will render the submission unacceptable. Pertinent
factors for consideration of qualifications, listed in order of
importance, are: (1) Professional qualifications necessary for
satisfactory performance of required services; (2) Specialized
experience and technical competence in the type of work required; (3)
Capacity to accomplish the work in 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. Applicants are required to include a list of three (3)
references with the telephone numbers and names of contact persons; and
(5) Location in the general geographical area of the project and
knowledge of the locality of the projects - preference to be in the
following descending order; (a) Local Firms, (b) In-State Firms, and
(c) out-of-State Firms. Applicants should include the solicitation
number of this CBD Notice with the location/area name in Block No. 1 of
the SF-255. Women-owned and Minority-owned firms are encouraged to
participate. This is a 100% Small Business set aside. The SIC Code is
8712. The Small Business Size Standard is $2.5 million. The submitting
firm should also indicate in Block No. 10 of the SF-255 that it is a
small business concern as defined in the FAR. This is not a request for
proposal. See Numbered Note(s): 1. (135) Loren Data Corp. http://www.ld.com (SYN# 0013 19950516\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|