|
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1997 PSA#1899U.S. Department of Labor, ETA, Division of Acquisition and Assistance,
200 Constitution Avenue, N.W., Room S-4203, Washington, D.C. 20210 C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION
SERVICES FOR A NEW PHYSICAL FITNESS CENTER AT THE CONNECTICUT JOB CORPS
CENTER SOL JC-23-97 DUE 082997 POC Kenneth S. Graves, Contract
Specialist (202) 219-8706. This project is for design and construction
administration services for a new 15,600 GSF physical fitness center
at the Connecticut Job Corps Center, New Haven, Connecticut. The
physical fitness center will include a gymnasium, a stage area, folding
bleachers, an aerobics room, storage rooms, men's and women's
shower/toilet/ locker areas, and a therapy pool. This project also
includes miscellaneous site improvements, i.e., landscaping, roads,
parking areas, utilities, site/security lighting. The estimated cost
range for construction is between $1 million and $5 million, and the
allowable time for design is 18 calendar weeks. Minimum principal
disciplines required for this project are: Architectural, Structural,
Civil, Mechanical (Plumbing and HVAC), and Electrical. Submission of a
SF-254 and a SF-255 is required for the prime firm, along with the
submission of a SF-254 and a SF-255 for EACH of its consulting firms,
if applicable. The SF-254's and SF-255'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 date of August 29, 1997 will be considered for review of
qualifications. Failure to submit BOTH the SF-254's and SF-255 will
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. Applicants are
required to include a list of three (3) 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 this 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. This is a 100% Small Business Set-Aside acquisition. This
Standard Industrical Classification (SIC) Code is 8712. The Small
Business Size Standard is $2.5 million. The submitting firm 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. (0210) Loren Data Corp. http://www.ld.com (SYN# 0025 19970731\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|