|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1996 PSA#1704U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 C -- ARCHITECT/ENGINEERING DESIGN SERVICES ONLY FOR PY'96-NEW PHYSICAL
FITNESS CENTER AT THE DAVID L. CARRASCO JOB CORPS CENTER IN EL PASO,
TEXAS SOL JC-01-97 DUE 111996 POC Contact, Marissa Delia-Cerna,
Contract Specialist (202) 219-8706. This work involves
Architect/Engineer services for design and, at the option of U.S.
Department of Labor, construction administration services for a new
physical fitness center. All work is at the David L. Carrasco Job Corps
Center, located in El Paso, Texas. The firm should have CADD
capability. The GSF involved is approximately 16,000 square footage.
The maximum allowable time for design of this project is 44 calendar
weeks. The estimated construction cost range is $1,000,000 to
$5,000,000. Principal disciplines required are: Architecture,
Structural, Civil, Mechanical (plumbing & HVAC), Electrical, Landscape
Arch., and Cost Estimator. Submission of both SF-254 and SF-255 is
required for the prime firm along with the submission of 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 and
SF-255 by 2:00 p.m. November 19, 1996. 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 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 submittals; and (5) Location in the general
geographical area 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 SF-255. Women-owned and Minority-owed 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 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. (0291) Loren Data Corp. http://www.ld.com (SYN# 0015 19961018\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|