|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 18,1997 PSA#1827U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 C -- INDEFINITE QUANITY CONTRACT FOR REHABILITATION AND UPGRADING OF
E XISTING FACILITIES AND SYSTEMS AT THE PITTSBURGH JOB CORPS CENT ER
SOL JC-14-97 DUE 051597 POC Contact: Mr. Anthony Hill at (202)
219-8706. Indefinite Quantity Contract for Architect/Engineer design
and construction administration services for the rehabilitation and
upgrading of existing facilities and systems at the Pittsburgh Job
Corps Center located in Pittsburgh, Pennsylvania. The firms must be
capable of performing design services related to asbestos
abatement/removal and/or containment, including air monitoring and
construction administration services, and should have CADD capability.
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 additional; 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 $3,000 in services is guaranteed. Services will be
implemented through individual delivery orders. A/E fees for any one
delivery order may not 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: Architecture, Structural,
Civil, Mechanical (Plumbing & HVAC), Electrical, Asbestos and Historic
Preservation. Specific experience related to asbestos abatement must
be detailed in Block 10 of the SF-255. Submission of both SF-254 and
SF-255 is required for the prime firm along with submission of SF-254
and EACH consultant, (SF-254 is required even if it is currently on
file). Firms desiring consideration are required to submit BOTH SF-254
and SF-255 by 2:00 p.m. May 15, 1997. Failure to submit both SF-254
and SF-255 will render the submission unaccetable. Facsimile copies
will not be accepted. Pertinent factors for consideration of
qualifications, listed in order of importance, are: (1) Professional
qualifications necessary for satisfactory performance and 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 the contracts with the 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 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 No.
(JC-14-97) of the CBD Notice with the location/area name in Block 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 and the Small Business Size Standard is $2.5 million. The firms
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. See
Numbered Note(s): 1. (0105) Loren Data Corp. http://www.ld.com (SYN# 0022 19970418\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|