Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1999 PSA#2334

U.S. Department of Labor, ETA, Division of Contracting Services, 200 Constitution Ave., NW, Room S-4203, Washington, DC 20210

C -- ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR A NEW GYMNASIUM AND NEW VOCATION BUILDING AT THE EARLE C. CLEMENTS JOB CORPS CENTER LOCATED IN MORGANFIELD, KENTUCKY SOL JC-12-99 DUE 052699 POC Ms. Marion Carter (202) 219-8706 ext. 117 WEB: jc-12-99, http://cbdnet.access.gpo.gov. E-MAIL: jc-12-99, freemane@doleta.gov. The project involves A/E design services and, at the option of the U.S. Department of Labor, construction administration services for a new gymnasium complex (approximately 60,000 GSF that includes a 25,000 GSF gymnasium) and new vocation building (approximately 20,000 GSF) at the Earle C. Clements Job Corps Center located in Morganfield, Kentucky. Firms must be capable of performing design services related to new construction to include: Architectural, structural, civil, mechanical, electrical, plumbing and HVAC 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 estimated cost range for construction is $5-10 million and the maximum allowable time for design is 28 weeks. Only those firms capable of design within this time frame should apply. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-255 which is required for the prime and comprised of brief resumes of key personnel expected to have major responsibilities for the project. One current copy of SF-254 is required which is composed of projects related to the type and nature of work for which the firm is responsible. One copy of SF-254 for EACH of its individual consulting firms, if applicable is required by 2:00 p.m., May 28, 1999. 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 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, with knowledge of the locality of the projects); and (6) Energy Efficiency/Waste Reduction Capabilities. Firms considered the most highly qualified will have references checked; all submissions shall include a list of references with applicable telephone numbers and contact names. Firms still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. (JC-12-99) 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 it is a small business concern as defined in the FAR. THIS IS NOT A REQUEST FOR PROPOSALS. Posted 04/26/99 (W-SN324353). (0116)

Loren Data Corp. http://www.ld.com (SYN# 0016 19990428\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page