SOLICITATION NOTICE
C -- PY''02 New 80 Bed Dormitory at the Curlew Civilian Conservation Center in Curlew, Washington
- Notice Date
- 5/23/2003
- 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-15-03
- Response Due
- 6/30/2003
- Point of Contact
- Jennifer Snook, Contract Specialist, Phone 202-693-3310, Fax 202-693-2879, - Brenda Williams, Contract Specialist, Phone (202) 693-3329, Fax (202) 693-2879,
- E-Mail Address
-
snook.jennifer@dol.gov, bbwilliams@doleta.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This project involves A/E design and construction administration services for a new 80-bed dormitory building, including a transitional living area, to accommodate 16 additional occupants, all totaling approximately 15,000 gross square feet at the Curlew Civilian Conservation Center located in Curlew, Washington. The project shall consist of the design and construction of the dormitory facilities and a water supply and distribution study for the purposes of correcting any deficiencies in the current system and provide sufficient water supply and distribution for domestic, fire protection and sprinkler systems for the new dormitory. The work shall also include, but not be limited to, demolition of the existing dormitory Building 1314, if necessary, miscellaneous site improvements such as utility installation, site/security lighting, sidewalks, and landscaping. The estimated construction cost range is between $1 million to $5,000,000 million. Required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC & Plumbing), Fire Protection, Electrical and Environmental. Firms must be capable of producing the design documents on AUTOCAD release 14 or higher. Specifications shall be provided in CSI format and be “Microsoft Word” compatible. Total Design Time is 41 calendar weeks. 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 Projects) 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 is required for each of its individual consulting firms, if applicable. The SF 255 and SF 254s 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 June 30, 2003 will be considered for review of qualifications. Failure to submit SF 255 and SF 254s 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) location (preference shall be given to Project Team located in the general geographical area of the project, with knowledge of the locality of the project); and (6) 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 will have references checked. Project Teams still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. JC-15-03 of this FBO Notice with the location/center name in Block No.1 of the SF 255. Veteran-owned, Service Disabled Veteran-owned, HUBZone-owned, 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 Federal Acquisition Regulations. THIS IS NOT A REQUEST FOR PROPOSAL. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAY-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-MAR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOL/ETA/WashingtonDC/JC-15-03/listing.html)
- Place of Performance
- Address: Curlew Civilian Conservation Center, 3 Campus Street, Curlew, Washington
- Zip Code: 99118
- Country: U.S.A.
- Zip Code: 99118
- Record
- SN00555474-F 20040328/040326215436 (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 |