SOLICITATION NOTICE
C -- PY''02 - New Dormitory at the Cassadaga Job Corps Center in Cassadaga, New York
- Notice Date
- 4/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Labor, Employment Training Administration, Division of Contract Services, 200 Constitution Avenue, NW, Room S4203, Washington, DC, 20210
- ZIP Code
- 20210
- Solicitation Number
- JC-12-03
- Archive Date
- 6/14/2003
- Point of Contact
- Marissa Dela Cerna, Contract Specialist, Phone (202) 693-3320, Fax (202) 693-2879, - Monica Gloster, Contract Specialist, Phone (202) 693-3327, Fax (202) 693-2879,
- E-Mail Address
-
delacerna.marissa@dol.gov, mgloster@doleta.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The work involves A/E services for building design and construction administration services for the construction of a new dormitory at the Cassadaga Job Corps Center, located in Cassadaga, New York. The dormitory will have a capacity of 102 students. The dormitory building may be the combination of a 1 and 2 story facility of approximately 23,000 GSF. The work will include the new construction, demolition of existing buildings and structures, and site improvements, such as general landscaping, roads, parking, utilities installation and site/security lighting. The building will be designed for construction and will require the preparation of a bid package. Construction administration services will be required. Firms must be capable of performing design services to include: site evaluation, architectural, structural, civil, mechanical, electrical, and plumbing systems, and construction administration services. The Government reserves the right to utilize the selected firm to provide additional A/E services for building design and construction administration for a new single-story 11,000 GSF cafeteria and culinary arts building. Firms desiring consideration must be capable of producing design drawings on Auto-Cad version 14 or higher, or a compatible software system. Specifications shall be provided in CSI format and be MS Word compatible. The estimated cost range for construction is between $1,000,000.00 and $5,000,000.00, and the maximum allowable time for design is 30 weeks. Only those firms capable of design within this time frame should apply. Minimum required disciplines: Site Planning, Architecture, Structural, Civil, Mechanical (Plumbing & HVAC), Electrical, and an Industrial Hygienist. Submission of an SF-254 and an SF-255 is required for the prime firm, along with the submission of an SF-254 for EACH of its consultant firms. Firms desiring consideration are required to submit BOTH 254's and 255's by 2:00 p.m. on May 30, 2003. Failure to submit SF-255 and all applicable SF-254s 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 firms located in the general geographical area of the project, with knowledge of the locality of the projects); 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 references checks will be interviewed. Applicants should include the Solicitation No. JC-12-03 of the FBO Notice with the location/center name in Block No. 1 of the SF 255. HUB-ZONE, Women-owned and Minority-owned firms 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 PROPOSALS.
- Place of Performance
- Address: CASSADAGA JOB CORPS CENTER,8115 Glasgow Road,, Cassadaga, New York,
- Zip Code: 14718
- Country: United States
- Zip Code: 14718
- Record
- SN00312333-W 20030427/030425213422 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |