|
COMMERCE BUSINESS DAILY ISSUE OF MAY 10,2000 PSA#2597U.S. Department of Labor, ETA, Division of Contracting Services, 200
Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- INDEFINITE QUANTITY CONTRACT FOR REHABILITATION AND UPGRADING OF
EXISTING FACILITIES AND SYSTEMS AT HUBERT HUMPHREY JOB CORPS CENTER
SOL JC-12-00 DUE 060900 POC Ella Freeman (202) 219-8698 ext. 106 WEB:
jc-12-00, http://cbdnet.access.gpo.gov. E-MAIL: jc-12-00,
efreeman@doleta.gov. Indefinite Quantity Contract for
Architect/Engineer Design and Construction Administration Services for
the rehabilitation and upgrade of existing facilities and systems, to
include minor building addition/expansion projects at the Hubert
Humphrey Job Corps Center located in St. Paul, Minnesota. The contract
period of performance will be for a one-year period from the date of
contract award, with a Government option to extend this period of
performance for four (4) 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 $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 $150,000, with the exception of asbestos
related work, with an annual limit of $250,000 per year. An A/E firm
can be awarded only one Indefinite Quantity Contract (IQC) during the
contract term. Required disciplines are: Architecture, Structural,
Civil, Mechanical (Plumbing & HVAC), Electrical and Environmental
(design and construction monitoring for the removal of asbestos and
lead paint). 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 No.
10 of the SF-255. Firms must be capable of producing the design
documents on AUTOCAD release 12 or higher. Specifications shall be
provided in CSI format and "WordPerfect" compatible. Firms that meet
the requirements described in this announcement are invited to submit
one copy of a completed SF-255 (Architect-Engineer and Related
Questionnaire to include brief resumes of key personnel expected to
have major responsibilities for the project. One current copy of SF-254
is required for the prime to include projects related to the type and
nature of work for which the firm was responsible, and one copy of
SF-254 for EACH of its consulting firms if applicable. The SF-254's and
SF-255s are to be submitted even if they are currently on file.
Facsimile copies will not be accepted. Only forms which submit the
forms by the deadline date of June 9, 2000 will be considered for
review of qualifications. Failure to submit SF-255 and SF-254s will
render the submission "Non-Responsive". Pertinent factors for
consideration of qualifications listed in order of importance are: (1)
Qualifications of Assigned Project Personnel, both as to design and
project management ability; (2) Specialized Experience of Assigned
Project Personnel; (3) Firm's Capacity to Perform Work in the Required
Time; (4) Past contracts with Government agencies and private industry
in terms of cost control, quality of work, and compliance with
performance schedules, for similar type projects, including past Job
Corps Center projects, if applicable; (5) Location (preference shall be
given to Prime A/E firms located within 100 miles of St. Paul
Minnesota, with knowledge of the locality of the project); and (6)
Energy Efficiency/Waste Reduction Capabilities. Applicants are required
to include a list of three references with telephone numbers and names
of contact persons with their submittal. Applicants should include the
Solicitation No. (JC-12-00) of this CBD Notice with the location/center
name in Block #1 of the SF-255. Women-owned, Minority-owned and
Small-Disadvantaged business concerns are encouraged to submit. This is
a 100% Small Business Set-Aside. The Standard Industrial Classification
Code (SIC) is 8712 and the Small Business Size Standard is $4.0
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. Posted 05/08/00 (W-SN452582). (0129) Loren Data Corp. http://www.ld.com (SYN# 0019 20000510\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|