|
COMMERCE BUSINESS DAILY ISSUE OF MAY 18,1998 PSA#2097U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- DESIGN-BUILD SERVICES, PY'97 ROOF REPAIR/REPLACEMENT BLDG. 1,2,3,
& 4 AT THE ONEONTA JOB CORPS CENTER, ONEONTA, NEW YORK SOL
RFP-98-DAA-33-JC DUE 062498 POC Contact: Marissa Dela Cerna, Contract
Specialist at (202) 219-8706 Ext. 110 WEB: RFP-98-DAA-33-JC,
http://cbdnet.access.gpo.gov. E-MAIL: RFP-98-DAA-33-JC,
delacernam@doleta.gov. The Department of Labor (DOL) announces the
opportunity to provide design-build services for the replacement and
repair of roofing systems at Buildings 1, 2, 3, and 4 at the Oneonta
Job Corps Center, located in Oneonta, New York. The estimated total
cost is between $250,000 and $500,000, with anticipated contract award
by September 9, 1998. 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 repair existing slate roofs and incidental metal or membrane roofs,
complete with flashing, counter-flashing, membrane, and an installation
method approved and warranted by the manufacturer of the roofing
system. This acquisition will follow 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
beselected for consideration for Phase Two. This short list will be
based on the firms' submittals in response to Phase One Proposal
Submission Requirements. The Phase Two submission will be the basis for
making the final selection. Those firms inlcuded 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. PAST
PERFORMANCE/EXPERIENCE: (35%) Offerors' proposals will be evaluated (1)
to compare the similarity of project(s) completed within 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 owner's
representatives and (4) to determine extent, depth, and relevance of
the teams shared experience. II. PERSONNEL QUALIFICATIONS AND
EXPERIENCE: (30%) Offerors' proposals will be evaluated (1) to
determine the personal 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
FIRM: (20%) Offerors' proposals will be evaluated (1) to determine 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. APPROACH/PHILOSOPHY: (15%) Offerors'
proposals will be evaluated (1) to determine the team's approach and
philosophy for this design-build project. For Phase One, Offerors shall
be required to submit four copies of the following: a list of five
completed projects within the last five years, including the name,
address and telephone number of owner representatives for each project,
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 firms short-listed as a result of the Phase One submittal
evaluation. This is a 100% small business set-aside acquisition. The
SIC code is 1761. Request for Proposals (RFP) will be available
approximately 15 days from date of publication and will be provided on
a first come, first-served 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 submissions is June 24, 1998 at 12:00 noon (EST). Requests
must cit RFP-98-DAA-33-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 the RFP should submit a written letter to: Marissa
Dela-Cerna, Contract Specialist, U.S. Department of Labor, ETA/OGCM,
Division of Acquisition and Assistance, 200 Constitution Ave, NW, Room
S-4203, Washington, DC 20210. (0134) Loren Data Corp. http://www.ld.com (SYN# 0014 19980518\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|