Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,1998 PSA#2068

U.S. Department of Labor, ETA, Division of Acquisition & Assistance, 200 Constitution Ave., NW, Room S-4203, Washington, DC 20210

C -- ARCHITECT AND ENGINEERING SERVICES -- CONSTRUCTION, DESIGN-BUILD SERVICES, BLUE RIDGE JOB CORPS CENTER, MARION, VIRGINIA SOL RFP-DAA-28-JC DUE 052798 POC John Steenbergen, Contracting @ (202) 219-8706 Ext. 128 WEB: RFP-98-DAA-28-JC, http://cbdnet.access.gpo-gov. E-MAIL: RFP-DAA-28-JC, hilla@doleta.gov. The Department of Labor (DOL) announces the opportunity to provide design build services for a proposed new Gymnasium Facility for the Blue Ridge Job Corps Center, located in Marion, Virginia. The estimated total cost is between $1,000,000 and $5,000,000, with anticipated contract award by October 23, 1998, and construction substantial completion by August 12, 1999. The Scope of Design Build Services includes, but is not limited to the following: design/construction documents, and construction work which consists of all labor, materials and equipment to build a gymnasium facility of approximately 12,000 SF. This acquisition will implement a "Two Phase" selection process. Phase One will identify those firms which are most highly qualified. A maximum of five firms, unless the Contracting Officer determines that a number greater than five is in the Government's Interest, will be selected for consideration for Phase Two. The short list will be based on the firms' submittals in response to Phase One Proposal Submission Requirements. The Phase Two submission is the basis of making the final selection. Those firms included in Phase Two will be required to prepare fully developed technical and price proposals. Offerors can be a partnership, corporation, association, and/or other legal entity which will have contractual responsibility for the project. A proposed joint venture should provide profiles for all firms in the joint venture. Consideration for the firm is not restricted to any geographic area. Phase One submittals will be reviewed and evaluated based on the following factors: I. EXPERIENCE AND PAST PERFORMANCE (35%): Offerors' proposals will be evaluated (1) to compare the similarity of project(s) completed within the last five years. (2) to determine the extent to which project(s) were completed on time and within budget while meeting qualitative expectations, (3) to determine quality of past performance as evaluated by the owners representatives and (4) to determine extent, depth, and relevance of the teams shared experience. II. SPECIALIZED EXPERIENCE OF THE KEY PERSONNEL (30%): Offerors' proposals will be evaluated (1) to determine the personnel experience and education of the Offerors' key personnel as well as their experience on most recent projects for similiar services and (2) to consider the availability of the proposed team members assigned to work on this project. III. CAPABILITY OF THE PROPOSED TEAM (20%): Offerors' will be evaluated (1) to detemine the efficiency of the organizational structure of the member firms and their key personnel, (2) to consider the firms financial capability to ensure effective performance. IV. TECHNICAL APPROACH/PHILOSOPHY (15%): Offerors' proposals will be evaluated (10 to determine the team's approach and philosophy for the design-build project. For Phase One, Offerors shall be required to submit four copies of the following: a maximum of five completed projects within the last five years, including the name, address and telephone number of owner representative for each project and completed past performance evaluation forms; resumes of key personnel; current financial statement and notarized statement regarding bonding capacity; and a narrative of the team's design/build philosophy. The Government will only provide additional information regarding Phase Two Interviews and final selection criteria to the short-listed firms. This is a 100% Small Business set-aside acquisition. The SIC code is 1542. Request for Proposals (RFP) will be available approximately 15 days from date of publication and will be provided on a first come, first-serve basis until the supply is exhausted. Telephone requests will not be honored. For requests made after the supply is exhausted, the Contracting Officer may determine whether payment of a fee is warranted. The fee will not exceed the actual cost of duplication of the solicitation document. Closing date and time of Phase One submittals is May 27, 1998 at 12:00 noon (EST). Requests must cite RFP-DAA-28-JC, and must include two self addressed labels. Failure to enclose labels may cause delay in receipt of the solicitation. No collect calls will be accepted. Firms interested in receiving this RFP should submit a written letter to: Anthony Hill, Contract Specialist, U.S. Department of Labor, ETA/OGCM, Division of Acquisition and Assistance, 200 Constitution Avenue, N.W., Room S-4203, Washington, DC 20210. For more information please call Anna Kats at (703) 516-2221. (0093)

Loren Data Corp. http://www.ld.com (SYN# 0022 19980407\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page