Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2010 FBO #3049
SOLICITATION NOTICE

C -- NEW DORMITORY, SINGLE PARENT DORMITORY AND CHILD DEVELOPMENT at the MISSISSIPPI JOB CORPS CENTER

Notice Date
3/29/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL110RP20922
 
Archive Date
8/16/2010
 
Point of Contact
Eileen R Garnett, Phone: (202) 693-7984
 
E-Mail Address
garnett.eileen@dol.gov
(garnett.eileen@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
US Department of Labor, OASAM/BOC/OPS, Division of A/E & Construction Services, 200 Constitution Avenue, NW, Room N-4308, Washington, D.C. 20210 C--ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE MISSISSIPPI JOB CORPS CENTER LOCATED IN CRYSTAL SPRINGS, MISSISSIPPI. SOLICITATION No. DOL110RP20922 DUE on April 28, 2010 POC: Eileen Garnett, (202) 693-7984. This project involves A/E services for the design and construction administration of a single building that includes a two story sixty-eight (68) bed dormitory, a two story thirty-four (34) bed single parent dormitory, and a one story child development center (CDC) at the Mississippi Job Corps Center. The building will total approximately 34,000 gross square feet. The work shall be designed and constructed to comply with requirements as established by the Leadership in Energy and Environmental Design (LEED) or similar high performance sustainability goals. A formal LEED Certification is not required. The work shall also include miscellaneous site improvements in the form of general landscaping, roads, parking, drainage, connection to all utility lines and site/security lighting for the new building. The estimated construction cost is between $5,000,000 to $10,000,000. Firms responding to this announcement must demonstrate their experience in the site and building design including, but not limited to roofing systems, HVAC systems, mechanical systems, electrical systems, plumbing systems and life safety systems. The required disciplines are: Architectural, Civil, Structural, Mechanical (HVAC and Plumbing), Electrical and Environmental Engineering. Firms must be capable of producing the design documents on AutoCAD version 14 or later. Specifications shall be provided in CSI format and be MS-Word compatible. The total Design Time is twenty-four (24) calendar weeks. Firms that meet the requirements described in this announcement are invited to submit one original plus 2 copies of a completed Part I Contract Specific Qualification for the prime architect-engineer firm to include projects related to the type and nature of work for which the firm was responsible to include brief resumes of key personnel expected to have major responsibilities for the project, and one original and 2 copies of a current SF-330, Part II - Architect-Engineer Qualifications for the prime and for each of its individual consulting firms. NOTE: The SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Section H of the SF-330 shall be tailored to reflect a strong background in the design of facilities as identified above. Section H will be used as a major evaluation factor for the firm’s qualifications as noted in (2) in the order of importance below. One current copy of SF-330 Part I Contract Specific Qualification is required for the prime and individual consulting firms to include projects related to the type and nature of work for which the firm was responsible. Facsimile copies will not be accepted. Only those firms that submit the forms by the deadline date of April 28, 2010 by 2:00pm EST to the attention of Eileen Garnett, Contract Specialist, US Department of Labor/OASAM/BOC/OPS, Division of Job Corps A&E and Construction Services, 200 Constitution Ave., NW, Room N-4308, Washington, DC 20210, will be considered for review of qualifications. Failure to submit SF 330 Part I and II will render the submission nonresponsive. 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; (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) Past Performance on projects utilizing integrated design energy efficient building standards. Applicants are required to include a list of three project references with telephone numbers and names of contact persons with their submission. References will be checked of those Project Teams considered the most highly qualified. Project Teams still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. DOL110RP20922 of this FBO Notice with the location/center name in Block No. 3 of the SF 330 Part I – Contract Specific Qualifications. This is a 100% Small Business Set-Aside. The NAICS Code is 541310, and the Small Business Size Standard is $4.5 million. The firm should indicate in Block 5(b) of the SF-330-Part II that it is a small business concern as defined in the FAR. FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least fifty per cent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Service-Disabled Veterans-Owned, HUB-Zone, and/or 8(a) businesses, women-owned businesses, small disadvantaged businesses, and small businesses are encouraged to submit. Further, small businesses are encouraged to apply for HUB-Zone certification. Information regarding HUB-Zone certification can be found at http://www.sba.gov. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL110RP20922/listing.html)
 
Place of Performance
Address: 400 Harmony Road, Crystal Springs, Mississippi, 39059, United States
Zip Code: 39059
 
Record
SN02105722-W 20100331/100329235305-ebfb1ad63b9d9b03d83f9650d0e99fa4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.