|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1998 PSA#2219U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- ARCHITECT/ENGINEER DESIGN AND CONSTRUCTION ADMINISTRATION
SERVICES AT THE EXCELSIOR SPRINGS JOB CORPS CENTER LOCATED IN EXCELSIOR
SPRINGS, MISSOURI SOL JC-01-99 DUE 121498 POC Contact Mr. Anthony Hill,
(202) 219-8706 WEB: jc-01-99, http://cbdnet.access.gpo.gov. E-MAIL:
jc-01-99, hilla@doleta.gov. The work involves A/E services for design,
and at the option of the U.S. Department of Labor (DOL), Construction
Administration Services for construction of (1) a new cafeteria
(12,000 GSF), (2) addition to the gymnasium building (13,000 GSF), and
(3) the renovation of the basement in Building 13 (6,500 GSF) into a
Medical/Dental facility at the Excelsior Springs Job Corps Center
located in Excelsior Springs, Missouri. The work shall include interior
renovations, new construction and site improvements, such as utilities
installation and site/security lighting. The buildings will be
designed for construction and will require preparation of a bid
package(s) and construction administration services. The buildings
designed for construction and will require preparation of a bid
package(s) and construction administration services. Firms desiring
consideration must be capable of producing all renovation design
drawings on Auto-Cad version 12 or higher, or a compatible software
system. The maximum allowable time for design of this project is 28
calendar weeks. The estimated cost range for construction is $1,000,000
to $5,000,000. Principal disciplines required are: Architecture,
Structural, Civil, Mechanical (plumbing & HVAC), Electrical and
Industrial Hygienist. Submission of an SF-254 and an SF-255 is required
for the prime firm, along with the submission of an SF-254 for EACH of
its consulting firms. Firms desiring consideration are required to
submit BOTH 254's and 255's by 2:00 p.m., December 15, 1998. Failure to
submit SF-255 and all applicable SF-254's will render the submission
nonresponsive. Facsimile submissions will not be accepted. The Prime
Firm and consultants will be evaluated per the following pertinent
factors, listed in order of importance: (1) Qualifications of Assigned
Project Personnel, both as to design and project management ability;
(2) Specialized Experience of Assigned Project Personnel; (3) Firm's
Capacity to Perform Work; (4) The Prime Firm's Experience/Past
Performance on similiar type projects, including past Job Corps Center
projects, if applicable; (5) location (preference shall be given to
Prime firm's located in the general geographical area of the project,
with knowledge of the locality of the projects); and (6) Energy
Efficiency/Waste Reduction Capabilities. The Project Teams considered
the most highly qualified will have references checked; all submissions
shall include a list of references with applicable telephone numbers
and contact names. Project Teams still considered the most qualified
following the reference checks will be interviewed. Applicants should
include the Solicitation No. (JC-01-99) of the CBD Notice with the
location/center name in Block 1 of the SF-255. Women-owned and
Minority-Owned firms are encouraged to submit. This is a 100% Small
Business Set-Aside. The SIC Code is 8712 and the Small Business Size
Standard is $2.5 million. The firm should indicate in Block 10 of the
SF-255 that is a small business concern as defined in the FAR. THIS IS
NOT A REQUEST FORPROPOSALS. See Numbered Note(s): 1. Posted 11/06/98
(W-SN269462). (0310) Loren Data Corp. http://www.ld.com (SYN# 0017 19981110\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|