SOURCES SOUGHT
C -- Architectectural and Engineering Services for a New Educational, Administrative, and Support Facilities at the St. Louis Job Corps Center in St. Louis, Missouri
- Notice Date
- 9/7/2012
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4649, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- DOL121RI20566
- Archive Date
- 3/22/2013
- Point of Contact
- Monica C Gloster, Phone: (202) 693-3550
- E-Mail Address
-
gloster.monica@dol.gov
(gloster.monica@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Labor is seeking qualified Architectural/Engineering (A/E) firms for a project in St. Louis, Missouri. We are looking for firms that qualify under the Small Business Programs mentioned in the Federal Acquisition Regulation Subpart 19. When submitting your response, please indicate under which programs you meet the criteria. This is a SOURCES SOUGHT ANNOUNCEMENT for planning purposes only. Market research is being conducted to determine if there are small businesses with the capabilities and experience to perform the required work. This procurement involves an A/E firm for the design and construction administration services for the development of a new vocational, administrative, and support facilities at the St. Louis Job Corps Center in St. Louis, Missouri. PROJECT INFORMATION The work is to provide comprehensive architectural/engineering design and construction administration services for the development of approximately 117,000 gross square feet of new interior space for educational offices, classrooms, and vocational shops; administration offices; medical/dental clinic facilities; warehouse storage, maintenance facilities; and all ancillary functions. The facilities will be incorporated into existing renovated building structures and new building additions or, alternatively, will utilize all new construction if renovation is determined by the A/E to be unfeasible. Approximately 66,000 gross square feet of space is available for rehabilitation/reconstruction of existing building structures, with the remainder of approximately 51,000 gross square feet of the space requiring new construction. The work also includes renovation of 7,300 gross square feet of an older welding vocations building, and design of all necessary site improvements in the form of general landscaping, walkways, roads, parking lots, sports fields and courts, drainage, connections to all utility lines, and site/security lighting for approximately 15 acres of the 17 acre campus. The work also includes demolition/removal of various on story buildings, some with basements, totaling approximately 100,000 gross square feet. Demolition and renovation work will include environmental abatement of hazardous material including, but not limited to, lead based paint and asbestos containing materials. Work will include the development of a construction implementation plan to assure that the Center operations can continue during the construction phase. The project shall use design methodologies, materials, systems and components that will minimize negative environmental impacts, increase energy efficiency, and make use of renewable energy technologies. Within the budget constraints, it shall embody best current sustainable design and building practices. The work shall be designed and constructed to comply with the requirements as established by the Guiding Principles for Sustainability. A formal LEED Certification is not required. The North American Industry Classification System (NAICS) Code is 541310, and the Small Business Size Standard is $7.0 million. WHO MAY RESPOND All firms responding to this announcement must demonstrate their experience in design of educational and office facilities; site and building design, including, but not limited to, new building and building addition design, demolition and renovation of existing facilities, environmental remediation, campus and landscape design, and sustainable building and systems design. The firm must show expertise in quality architectural and engineering design, compliance with the integrative design process, implementing high performance and sustainable design criteria, project cost estimating, construction implementation planning, and construction contract administration. The required disciplines shall be, but not limited to, Civil, Architectural, Mechanical (HVAC and Plumbing), and Electrical, Architectural Landscaping, and Environmental Engineering. Firms must be capable of producing the design documents on AutoCAD version 14 or later. Specifications shall be provided in Construction Specification Institute (CSI) format and be MS-Word compatible. All interested firms shall be registered via the Central Contractor Registration (CCR) internet site at http://www.ccr.gov. SUBMISSION REQUIREMENTS All interested parties are invited to submit a capabilities statement which MUST INDENTIFY THE PROGRAM(S) UNDER FAR PART 19 THAT APPLY TO THEIR COMPANY. Also to include, but not be limited to: the company's name, DUNS number; small business type, a minimum of three (3) but no more than five (5) projects completed within the last five years that are relevant to the work as required within this notice; valid point of contact for each project listed; Quality Assurance measures that verify effectiveness, and establish the ability to deliver products that meet technical performance and contract requirements; with bonding capacity and/or resources. CAPABILITIES STATEMENTS AND QUALIFICATION SHALL BE SUBMITTED ELECTRONICALLY VIA E-MAIL ONLY TO: gloster.monica@dol.gov (Monica Gloster, Contract Specialist). Responses are due no later than 4:00 PM Eastern September 24, 2012. Oral communications, telecommunication, and faxed inquiries or comments are NOT acceptable as a response to this notice. PLEASE NOTE THAT THIS NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd7ac3d73b2da3a20b75acf0cbc47d87)
- Place of Performance
- Address: 4333 Goodfellow Boulevard, St. Louis, Missouri, 63120, United States
- Zip Code: 63120
- Zip Code: 63120
- Record
- SN02872173-W 20120909/120908000021-dd7ac3d73b2da3a20b75acf0cbc47d87 (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 |