|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1998 PSA#2228U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- A/E DESIGN SERVICES FOR A NEW MALE DORMITORY AND A/E DESIGN
SERVICES FOR A NEW FEMALE DORMITORY SITE ADAPTATION AT EARLE C.
CLEMENTS (SATELITE SITE) JOB CORPS CENTER, GREENVILLE, KENTUCKY. SOL
JC-02-99 DUE 122698 POC Ms. Marion B. Carter, Contract Specialist,
(202) 219-8706 ext. 117. WEB: JC-02-99, http://cbdnet.access.gpo.gov.
E-MAIL: JC-02-99, carterm@doleta.gov. Architectural/Engineering Design
and, at the option of the U.S. Department of Labor, Construction
Administration Services, for a new Male Dormitory Building
(approximately 13,000 GSF), and site adaptation of a new Female
Dormitory Building (approximately 26,500 GSF) at the Earle C. Clements
(Satelite Site) Job Corps Center located in Greenville, Kentucky.
Firms must be capable of performing design services related to new
construction to include: architectural, structural, civil, mechanical,
electrical and plumbing systems and construction administration
services. The work shall include miscellaneous site improvements such
as utilities, site/security lighting, landscaping, and some asphalt
work. The buildings shall be one story, slab on grade. The buildings
will be 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 design drawings on
Auto-Cad version 12 or higher, or a compatible system. The GSF involved
is approximately 26,500 for the female dormitory and 13,000 for the
male dormitory. The estimated cost range for construction is $1 million
to $5 million and the maximum allowable time for design is 28 weeks.
Only those firms capable of design within this time frame should apply.
Required disciplines are: Structural, Civil, Architectural, Mechanical
(plumbing & HVAC), and Electrical. Submission of SF-255 for the prime
and current SF-254's for the prime and EACH consultant, is required by
2:00 p.m., December 26, 1998. Failure to submit SF-255 and SF-254's
will render the submission UNACCEPTABLE. 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 the Assigned
Project Personnel; (3) Firm's Capacity to Perform Work; (4) The Prime
firm's Experience/Past Performance on similar 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); 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-02-99) of the CBD Notice with the location/center name in
Block 3 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 it is a small
business concern as defined in the FAR. THIS IS NOT A REQUEST FOR
PROPOSALS. SeeNumbered Note(s): 1. Posted 11/20/98 (W-SN273275).
(0324) Loren Data Corp. http://www.ld.com (SYN# 0019 19981124\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|