|
COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1997 PSA#1845U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 C -- INDEFINITE QUANTITY CONTRACT FOR REHABILITATION AND UPGRADING OF
EXISTING FACILITIES AND SYSTEMS AT THE GARY JOB CORPS CENTER LOCATED
IN SAN MARCOS, TEXAS. SOL JC-18-97 DUE 061097 POC Contact: Ms. Marion
Carter at (202) 219-8706 Ext. 117. Indefinite Quantity Contract for
Architect/Engineer Design and Construction Administration services for
the rehabilitation and upgrading of existing facilities and systems at
the Gary Job Corps Center, San Marcos, Texas. The firm 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 $2,500 in services is guaranteed. Services will be
implemented through individual delivery orders. A/E fees for any one
delivery order may not exceed $75,000 with the exception of asbestos
related work, with a cumulative amount of $150,000 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: 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 both
SF-254 and SF-255 for EACH consultant, Firms desiring consideration are
required to submit BOTH SF-254 and SF-255 by 2:00 P.M. June 10, 1997.
Failure to submit both SF-254 and SF-255 will render the submission
unacceptable. 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 Number (JC-18-97) 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 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. See Numbered Note(s): 1. (0129) Loren Data Corp. http://www.ld.com (SYN# 0010 19970514\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|