|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 4,1999 PSA#2254U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- NEW MALE DORMITORY AT THE CARL D. PERKINS JOB CORPS CENTER
LOCATED IN PRESTONBURG, KENTUCKY SOL JC-07-99 DUE 020499 POC Marion B.
Carter, Contract Specialist, (202) 219-8706 ext. 117 WEB: JC-07-99,
http://cbdnet.access.gpo.gov. E-MAIL: JC-07-99, carterm@doleta.gov. The
U.S. Department of Labor, Employment and Training Administration is
soliciting 254's and 255's for Architectural/Engineering Design and, at
the option of the U.S. Department of Labor, Construction Administration
Services for a new male dormitory (approx. 32,500 GSF) at the Carl D.
Perkins Job Corps Center located in Prestonburg, 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, roads, and parking. The building
shall be a two-story structure. The building 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
32,500 for the male dormitory. The estimated cost range for
construction is $1-5 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., February 4, 1999. Failure to
submit SF-255 and SF-254's will render the submissions 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 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 firms' located in the general geographical area of the project,
with knowledge of the locality 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 lsit of references with applicable telephone numbers
and contact names. Project Teams still considered the most qualified
following the references checks will be interviewed. Applicants should
include the Solicitation No. (JC-07-99) 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. Posted 12/30/98 (W-SN284118). (0364) Loren Data Corp. http://www.ld.com (SYN# 0009 19990104\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|