|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1999 PSA#2259U.S. Department of Labor, ETA, Division of Acquisition & Assistance,
200 Constitution Ave., NW, Room S-4203, Washington, DC 20210 C -- INDEFINITE QUANTITY CONTRACT FOR REHABILITATION AND UPGRADING OF
EXISTING FACILITIES AND SYSTEMS AT THE JOB CORPS CENTERS LOCATED IN
COLORADO AND UTAH SOL SOL JC-09-99 DUE 021299 POC Contact: Ms. Ella
Freeman at (202) 219-8698 WEB: JC-09-99, http://cbdnet.access.gpo.gov.
E-MAIL: JC-09-99, freemane@doleta.gov. Indefinite Quantity Contract
for Architect/Engineer Design and Construction Administration Services
for the rehabilitation and upgrade of existing facilities and systems,
to include minor building addition and/or expansion at the Clearfield
Job Corps Center located in Clearfield, Utah, the Weber Basin Civilian
Conservation Center located in Ogden, Utah, and the Collbran Civilian
Conservation Center located in Collbran, Colorado. In addition, there
is the further possibility of expanding the work to the Job Corps
Centers and Civil Conservation Corps Centers in Idaho, Montana,
Nebraska and North/South Dakota. The contract period of performance
will be a one-year period of performance with four (4) additional
one-year periods. The Government is uncertain as to the number of
delivery orders that will be placed against the contract during the
termo of the contract; however, a minimum of $5,000 in services is
guaranteed. Services will be implemented through individual delivery
orders. A/E fees for any one delivery order may not exceed $150,000,
with the exception of asbestos related work, with a cumulative amount
of all delivery orders not to exceed $500,000 per year. An A/E firm can
be awarded only one Indefinite Quantity type contract during the
contract term. Required disciplines are: Architecture, Structural,
Civil, Mechanical (plumbing & HVAC), Electrical and Environmental
(Design and construction monitoring for the removal of Asbestos and
Lead Paint). 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. Friday,
February 12, 1999. Failure to submit SF-255 and SF-254's will render
the submission UNACCEPTABLE. Facsimile submissions will not be
accepted. Submissions will be evaluated in two phases. In Phase One,
the PRIME A/E 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) The PRIME
A/E's Capacity to Perform Work; (4) The PRIME A/E's Experience/Past
Performance on similar type projects, including past Job Corps Center
projects, if applicable; and (5) Energy Efficiency/Waste Reduction
Capabilities. PRIME A/E's highly rated in Phase One will be further
evaluated in Phase Two. In Phase Two, the PROJECT TEAM (Prime and
consultants) will be evaluated per the following pertinent factors,
listed in order of importance: (1) Qualifications of Assigned Project
Personnel, (2) Specialized Experience of Assigned Project Personnel,
(3) Energy Efficiency/Waste Reduction Capabilities, and (4) Prior
PROJECT TEAM Experience. Preference shall be given to PRIME A/E's
located in the general geographical area of the project, with knowledge
of the locality of the project. The PROJECT TEAMS considered the most
highly qualified through the Phase Two evaluationwill 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-16-98)
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 it is a small business concern as
defined in the FAR. THIS IS NOT A REQUEST FOR PROPOSALS. Posted
01/07/99 (W-SN286004). (0007) Loren Data Corp. http://www.ld.com (SYN# 0021 19990111\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|