Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 10,1998 PSA#2219

U.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