|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 9,1998 PSA#2047U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- INDEFINITE QUANTITY CONTRACT FOR DESIGN & CONSTRUCTION
ADMINISTRATION SERVICES FOR THE REHABILITATION AND UPGRADING OF
EXISTING FACILITIES/SYSTEMS AT THE SPRINGDALE/TONGUE POINT JOB CORPS
CENTER SOL JC-04-98 DUE 040398 POC Ms. Olivia J. Thorpe at (202)
219-8698 ext. 105 WEB: JC-04-98, http://cbdnet.access.gpo.gov. E-MAIL:
JC-04-98, thorpeo@doleta.gov. Indefinite Quantity Contract for
Architect/Engineering Design and Construction Administration Services
for Rehabilitation and Upgrading of Existing Facilities and Systems,
and minor or limited building additions or expansions at the Springdale
and Tongue Point Job Corps Center, located in Troutdale and Astoria,
Oregon respectively. Firms must also be capable of performing design
services related to asbestos abatement/removal and or containment,
including air monitoring and construction administration services.
Firms must also produce all of the design documents on a computer aided
design and drafting system. Contract period of performance will be a
(one) 1-year period from the date of contract award, with the
Government option to extend the period for four (4) additional; 1-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 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 $300,000 of all
delivery orders not to exceed $350,000 per year. An A/E firm can be
awarded only one Indefinite Award type contract during the contract
term. Principal disciplines required are: architecture, asbestos,
civil, electrical, mechanical (plumbing & HVAC) and structural.
Specific experience related to asbestos abatement must be detailed in
Block 10 of 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., April 3, 1998. 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 qualificationsnecessary 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 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-04-98) of the CBD Notice with the location/area in Block 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 Set-Aside 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. (0063) Loren Data Corp. http://www.ld.com (SYN# 0030 19980309\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|