|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,1995 PSA#1283U. S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, NW, Room S-4203, Washington, DC 20210 C -- ARCHITECT/ENGINEER DESIGN AND OPTIONAL CONSTRUCTION
ADMINISTRATION SERVICES SOL JC-18-95 due 031095. POC Serena Proctor,
Contract Specialist, (202) 219-8706. This project is for design, and at
the option of the U.S. Department of Labor, construction administration
services for the demolition of two buildings and for a new dormitory
building at the Excelsior Job Corps Center, located in Excelsior
Springs, Montana. The GSF involved is approximately30,000. The
estimated cost range for construction is $1,000,000 to $5,000,000 and
the allowable time for design is 48 calendar weeks. Firms must be
capable of performing design services related to asbestos
abatement/removal and/or containment including air monitoring and
construction administration services. Minimum principal disciplines
required for this project are: Architectural, Structural, Civil,
Mechanical (plumbing and HVAC), Electrical and Asbestos Abatement.
Submission of a SF254 and a SF255 is required for the prime firm, along
with a submission of a SF254 for each of its consulting firms, if
applicable. (NOTE: The SF254 and SF255 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). The
SF254's and SF255'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 above will be
considered for review of qualifications. 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 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 the CBD Notice with the location/area name in Block No. 1 of
the SF255. 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 No. 10 of the SF255 that it is a small
business concern as defined in the FAR. This is not a request for
proposals. See Numbered Note(s): 1. (039) Loren Data Corp. http://www.ld.com (SYN# 0014 19950213\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|