Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR NEW CONSTRUCTION, AND REHABILITATION AND UPGRADING OF EXISTING FACILITIES AND SYSTEMS AT DIFFERENT JOB CORPS CENTERS LOCATED IN WESTERN TENNESSEE AND NORTHERN MISSISSIPPI

Notice Date
April 9, 2001
Contracting Office
U.S. Department of Labor, ETA, Division of Contracting Services, 200 Constitution Ave., NW, Room S-4203, Washington, DC 20210
ZIP Code
20210
Solicitation Number
JC-02-01
Response Due
May 15, 2001
Point of Contact
Contact, Yolanda Minor, Contract Specialist, (202) 693-3311
E-Mail Address
jc-02-01 (yminor@doleta.gov)
Description
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 Memphis and Batesville Job Corps Centers located in western Tennessee and northern Mississippi. Services may also include Architect/Engineer Design and Construction Administration Services for construction of new facilities, including but not limited to, Gymnasiums, Recreation Centers, Cafeterias, Dormitories, Warehouses, Educational Buildings and Child Development Centers. In addition, there is the further possibility of expanding the work to Mississippi and Louisiana. The contract period of performance will be a one-year period of performance with a Government option of 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 term 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 $500,000, with the exception of asbestos related work, with a cumulative amount of all delivery orders not to exceed $1,000,000 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, Geotechnical, Mechanical (plumbing & HVAC), Electrical and Environmental (Design and construction monitoring for the removal of Asbestos and Lead Paint). Firms must be capable of producing the design documents on AUTOCAD release 12 or higher. Specifications shall be provided in CSI format and "WordPerfect" compatible. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-255 (Architect-Engineer and Related Questionnaire for Specific Project) to include brief resumes of key personnel expected to have major responsibilities for the project. One current copy of SF-254 is required for the prime to include projects related to the type and nature of work for which the firm was responsible, and one copy of SF-254 for EACH of its individual consulting firms, if applicable. The SF-255 and SF-254's are to be submitted even if they are currently on file. Facsimile copies will not be accepted. Only firms which submit the forms by the deadline date of May 15, 2001, will be considered for review of qualifications. Failure to submit SF-255 and SF-254's will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance, for the Project Team, are (1) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability; (2) Specialized Experience of Assigned Project Personnel; (3) Capacity to Perform Work in the required time; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, for similar type projects, including past Job Corps Center projects, if applicable; (5) Experience in the design of Gymnasiums, Recreation Centers, Cafeterias, Dormitories, Warehouses, Educational Buildings, Child Development Centers and similar type facilities; (6) Location (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); and (7) Energy Efficiency/Waste Reduction Capabilities. Applicants are required to include a list of three references with telephone numbers and names of contact persons with their submittal. The Project Teams considered the most highly qualified through the evaluation will have references checked. Project Teams still considered the most qualified following the references checked will be interviewed. Applicants should include the Solicitation No. (JC-02-01) of the CBD Notice with the location/center name in Block No. 1 of the SF-255. Women-owned, Minority-owned, and Small-disadvantaged business concerns are encouraged to submit. This is a 100% Small Business Set-Aside. The NAICS Code is 541310 and the Small Business Size Standard is $4.0 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 PROPOSAL. See Numbered Note(s): 1.
Web Link
JC-02-01 (http://cbdnet.access.gpo.gov)
Record
Loren Data Corp. 20010411/CSOL010.HTM (W-099 SN50I751)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com