|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1996 PSA#1736U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION
SERVICES FOR A NEW PHYSICAL FITNESS CENTER AT THE GRAFTON JOB CORPS
CENTER SOL JC-04-97 DUE 011097 POC Kenneth S. Graves, Contract
Specialist (202) 219-8706. This project is for design and construction
administration services for a new 30,000 GSF physical fitness center
at the Grafton Job Corps Center, North Grafton, Massachusetts, on a
site that is listed on the National Register of Historically
Significant Places. The project requires the demolition of an abandoned
heating plant on the site of the new construction and incorporation of
the remaining portions of the existing building into the new facility,
in accordance with The Secretary of the Interior's "Standards for
Rehabilitation of Historic Properties". This project requires the
highest quality design and exceptional creativity to provide Job Corps
students with the best possible recreation facility while protecting
the site's unique historical character. The physical fitness center
will include a gymnasium, a stage area, recreational rooms for
activities such as aerobics, weight lifting, billiards, and
arts/crafts, a multipurpose room, and men's and women's
shower/toilet/locker areas. The building will also contain center
support functions, and vocational training classrooms. This project
also includes miscellaneous site improvements, i.e., landscaping,
roads, parking areas, utilities, site/security lighting, and
underground storage tank removal. Firms must be capable of performing
design services related to underground storage tank removal and
asbestos abatement/removal and/or containment, including air-monitoring
and construction administration services, and must also exhibit recent
work on projects involving coordination with the Massachusetts State
Historical Preservation Office. The estimated cost range for
construction is between $1 million and $5 million, and the allowable
time for design is 42 calendar weeks. Minimum principal disciplines
required for this project are: Architectural, Structural, Civil,
Mechanical (Plumbing and HVAC), Electrical, and Asbestos Consultant.
Submission of a SF-254 and a SF-255 is required for the prime firm,
along with the submission of a SF-254 for EACH of its consulting firms,
if applicable. (Note: The SF-254 and SF-255 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). Firms needing to
obtain the revised forms should consider utilizing the following
sources: copies may be acquired through local Architect Institute of
America (AIA) offices, copies may be reproduced from the FAR, Part 53,
Forms, available at local public libraries that maintain copies of the
FAR, or copies may be requested from various Federal Regional and
National Office locations. Firms may also purchase printed packages of
the forms through the Superintendent of Documents, Government Printing
Office, Washington, D.C. 20402-9371, allow 2 to 4 weeks for delivery.
The SF-254's and SF-255's are required to be submitted 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 May 31,
1994, will be considered for review of qualifications. Failure to
submit BOTH the SF-254's 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 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. Applicants are required to include a list of
three (3) references with telephone numbers and names of contact
persons with their submittal, and (5) Location in the general
geographical area of the project and knowledge of the locality of the
project. Preference for location is 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 acquisition. This Standard Industrical
Classification (SIC) Code is 8712. The Small Business Size Standard is
$2.5 million. The submitting firm should 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 proposals. See Numbered Note(s): 1. (0339) Loren Data Corp. http://www.ld.com (SYN# 0017 19961206\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|