Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2010 FBO #3305
SOLICITATION NOTICE

Y -- Design-Build Services for Miscellaneous Repairs and Upgrades at the Oconaluftee Civilian Conservation Center in Cherokee, NC

Notice Date
12/10/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4308, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL110RI21039-1
 
Archive Date
2/25/2011
 
Point of Contact
Ronette C. McBean, Phone: 2026933702, Miriam J. Holst, Phone: 202-693-7193
 
E-Mail Address
mcbean.ronette@dol.gov, holst.miriam@dol.gov
(mcbean.ronette@dol.gov, holst.miriam@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
PURPOSE: The following is a pre-solicitation synopsis of a proposed contracting action in accordance with Federal Acquisition Regulation (FAR) 5.201. This is not a request for proposals and no responses will be made to requests for solicitation documents. The solicitation is estimated to be issued on or about 27 December 2010 and will be posted to the Government Point of Entry at http://www.fbo.gov. No reimbursement will be made for any costs associated with providing information in response to this announcement; nor will any follow-up information be provided. PROJECT INFORMATION: The U.S. Department of Labor (DOL) is seeking expressions of interest from potential offerors who possess current and relevant experience, personnel and capabilities necessary to perform Design and Construction services for the miscellaneous repairs and upgrades at the Oconaluftee Civilian Conservation Center in Cherokee, North Carolina. This project entails: -Services to provide minor renovation to two (2) Hard Vocation Trade Buildings that include the renovation of existing toilet facilities, adding additional toilet facilities, installation of new roofing, and the installation of interior and exterior finishes. -Design and construction services will be required in the Gymnasium for the replacement of the existing heating system with a new HVAC system, interior and exterior finish upgrades, and the other miscellaneous repairs. -Design and construction services will be required for the construction of a small building over an existing foundation and slab for a classroom, offices, and bathrooms. -Design and construction services will be required in the Cafeteria for the replacement of plumbing drains and sewer piping. The work will also include the removal and re-installation of the existing kitchen equipment and the installation of quarry tile in the areas affected by the work. -Design and construction services will be required for the renovation of one small dormitory building. Furthermore, the work will include a re-design of the interior spaces and the installation of new walls, mechanical, electrical, and life safety systems. In addition, a new roofing system will be required. -The demolition of a 14,000 SF pre-engineered building will be required. The slab and foundations of this building are to remain in place. -The work will also include removal of existing demolition and construction debris, and restoration of site areas impacted by construction operations. The work shall meet the design intent of the Scope of Work (SOW) and the requirements of the provided government owned conceptual design. The extent of work will be further described within the SOW which will be included within the solicitation. The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction, with a Small Business Size Standard of $33.5 million in average annual receipts. Any resultant contract will be a Firm Fixed Price (FFP) contract. The solicitation will be issued as a competitive HUBZone. The magnitude of this contract is between $5,000,000 and $10,000,000. This magnitude range does not reflect the proximity of the actual estimated cost. The U.S. Small Business Administration (SBA) currently has a program that can provide surety bond guarantee on a Federal contract to small business up to $2M. For more information please contact Pam Swilling: (202) 205-6546 U.S. Small Business Administration Office of Surety Bond Guarantee 409 3rd Street SW, 8th Floor Washington, DC 20416 Website: www.sba.gov/osg It is highly recommended that all interested firms complete the online registration instructions at the Commercial and Government Entity (CAGE) website http://www.dlis.dla.mil/cage_welcome.asp to obtain a CAGE/NCAGE code number. A DUNS number from Duns and Bradstreet is required to establish a CAGE code. It is also highly recommended that all interested firms be registered in the CCR website http://www.ccr.gov/. FIRMS RESPONDING WILL BE CHECKED THROUGH THE SBA DYNAMIC SMALL BUSINESS SEARCH SITE http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm to determine their HUBZone certification by SBA. The solicitation will be available ONLY via the Internet at the following address: https://www.fbo.gov/. The solicitation will be posted, on or about 27 December 2010, and can be viewed by going to FBO’s web site. BASIS FOR CONTRACT AWARD: Selection will be made on a competitive best value source selection in which competing offerors’ past performance history will be evaluated on basis approximately equal to cost or price considerations. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and technical requirements. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. POINTS OF CONTACT: The primary point of contact for this notice is Ronette C. McBean at e-mail mcbean.ronette@dol.gov. The alternate point of contact is Miriam Holst at email holst.miriam@dol.gov. A pre-proposal conference and walk-thru will be scheduled for this requirement; details regarding the conference will be outlined in the Solicitation. A firm proposal date will be established upon issuance of the solicitation. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf23a9c30eba01860b312cce043bf0f8)
 
Place of Performance
Address: Oconaluftee Civilian Conservation Center, 502 Oconaluftee Job Corps Road, Cherokee, North Carolina, 28719, United States
Zip Code: 28719
 
Record
SN02342038-W 20101212/101210233815-cf23a9c30eba01860b312cce043bf0f8 (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.