SOLICITATION NOTICE
C -- Architectural and Engineering Design Services at the Gerald R. Ford Job Corps Center, Grand Rapids, Michigan
- Notice Date
- 4/1/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- 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
- DOL051RB20040
- Response Due
- 5/9/2005
- Archive Date
- 11/30/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This project is for design and construction administration services for the Renovation of Buildings 1, 2 and 3 at the Gerald R. Ford Job Corps Center in Grand Rapids, Michigan. Building No. 1 was constructed in 1915; Building Nos. 2 and 3 were constructed in 1931. These three building complex consists of approximately 195,000 gross square feet. The design will include a programmatic analysis, and the preparation of construction documents, which will involve the renovation of the existing education, administrative, dormitory, vocational, recreation, maintenance facilities, and storage spaces. The project also requires design for miscellaneous site improvements to include utility installations; site/security lighting; sidewalks; paving and landscaping. The facilities will be designed for construction and the preparation of two separate and complete construction package(s) and construction administration services are requirements of the work. Each construction package will specify phased construction. Firms must be capable of producing all new construction design drawings on Auto-Cad version 12 or higher. Specifications will be provided in CSI format and will be MS-Word compatible. The estimated cost range for construction is more than $10 million and the maximum allowable time for design is 85 weeks. Only those firms capable of design within this period should apply. Minimum required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC & Plumbing), Fire Protection, Electrical and Environmental. The Prime firm shall submit a current copy of SF330 Part I and Part II and current copies of SF 330 Part II for EACH consultant by 2:00pm, May 9, 2005. Facsimile submissions will not be accepted. Failure to submit SF330, Part I and all applicable SF330?s Part II will render the submission nonresponsive. Please submit the SF330, Parts I and II to: The U.S. Department of Labor/ETA ? Division of Contract Services, Attn: Olivia J. Thorpe, 200 Constitution Avenue, N.W., Room N-4716, Washington, D.C. 20210. No more than five (5) examples of experience with the design of phased renovations projects for occupied facilities shall be reflected in Section F of SF330, Part I. (Section H of the SF330 can be used as a continuation page.) Section F will be considered a major evaluation factor of a firm?s qualifications as noted under Item No. 2, below. Evaluation factors listed in the order of importance: (1) Qualifications of Assigned Project Personnel, considering design capability, project management skills and construction administration capability; (2) Specialized Experience of Assigned Project Personnel; (3) Capacity to Perform in the Required Time; (4) Past Performance on contracts with other 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 will be given to PRIME A/E?s located in the general geographic area of the project, with a knowledge of locality of the project); (6) Energy Efficiency/Waste Reduction Capabilities. Applicants are required to include a list references with applicable telephone numbers and contact names. Project Teams considered the most highly qualified following the reference check will be interviewed. Applicants shall include the Solicitation No. DOL051RB20040 of this FBO Notice with the location/center name in Block 3 of SF331, Part I. 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 5.b., of SF330, Part II its status as a small business concern. Small Service-Disabled Veteran-Owned, Disadvantaged Business and Women-owned firms with HUB-Zone and/or 8(a) certifications are encouraged to submit. Furthermore, eligible small businesses are encouraged to apply for HUB-Zone certification and/or Service-Disabled Veteran-Owned enterprise status. Information regarding HUB-Zone certification and Service-Disabled Veteran-Owned enterprises can be found at http://www.sba.gov. In accordance with FAR clause 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003), all contractors doing business with the federal government must be registered in the Central Contractor Registration (CCR) database prior to any award. To register or upgrade your firm?s profile, see the government?s website http://www.ccr.gov.
- Place of Performance
- Address: 110 Hall Street, S.E., Gerald R. Ford Job Corps Center, Grand Rapids, Michigan
- Zip Code: 49507
- Country: US
- Record
- SN00780276-W 20050403/050401211944 (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 |