|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1995 PSA#1379U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, NW, Room S-4203, Washington, DC 20210 C -- ARCHITECT/ENGINEERING DESIGN SERVICES. Sol. JC-30-95. Due 080295.
Contact, Anthony Hill (202) 219-8706. This project involves A/E
services for comprehensive energy audit of 9 buildings at the Delaware
Valley Corps Center totalling approximately 210,000 gross square feet.
The audit shall include facility energy survey and analyses of present
annual energy comsumption for each building by energy source,
occupancy patterns, energy usage type (heating, air conditioning,
ventilation, lighting, hot water, etc.) with summary for the facility
as a whole and taking into account the area's climatic conditions. the
audit shall include analyses of the data and shall propose prioritized
energy conservation measures based on life cycle costs in current
dollars and shall include the analyses for simple paybacks and savings
to investment ratios for the recommended conservation measures. The
maximum allowable time for this project is 10 calendar weeks. Principal
disciplines required are: Architecture, Mechanical, Electrical, and
Energy Specialist. Sumbission of SF-254's and SF-255's is required for
the prime and a SF-254 for each consultant, (SF 254 is required even
if it is currently on file). Firms desiring consideration are required
to submit both SF-254's and SF-255's by 2:00 p.m. local time August 2,
1995. Failure to submit both SF-254 and SF-255 will render the
submission unacceptable. (Note: SF-254 and SF-255 have been revised
11/92). The revised forms delete the obsolete definition of
``Architect- Engineer and related services'' on the forms and refers to
the definition as stated in Part 36 of the Federal Acquisition
Regulation (FAR). Previous editions are no longr usable and will not be
acepted. Facsimile copies will not be accepted. Failure to submit both
of the SF-254 and SF-255 form shall render the submission
unacceptable. 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. Offerors are required to include a list of three
references with telephone numbers and names of contact persons, and (5)
Location in the general geographical area of the project and knowledge
of the locality of the project, preference to be 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
SF-255. Women-owned and Minority-owned firms are encouraged to
participate. Women-owned and Minority-owned firms are encouraged to
participate. This is a 100% Small Business Set-Aside acquisition. The
SIC Code is 8712. The Small Business Size Standard is $2.5 million. The
submitting firms should indicate in Block No. 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. (177) Loren Data Corp. http://www.ld.com (SYN# 0016 19950629\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|