SOLICITATION NOTICE
54 -- A/E Services for Structural Engineering Analysis and Report for the Main Building, Gym and Cafeteria at the Gulfport Job Corps Center
- Notice Date
- 12/4/2015
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Labor, Employment Training Administration, Office of Contracts Management, 200 Constitution Avenue, NW, N-4649, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- DOL-ETA-16-R-00026
- Point of Contact
- Bryan N. Ramso, Phone: 2026933918
- E-Mail Address
-
ramso.bryan@dol.gov
(ramso.bryan@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Scope of Services Required The U.S. Department of Labor (DOL) has a requirement for Architect/Engineer contractor services to conduct a structural engineering analysis and report for three existing buildings that have been declared eligible for placement on the National Historic Register. These three buildings are located on the southern portion of the site, and total approximately 60,000 gross square feet. Due to damage caused by Hurricane Katrina, the contractor shall perform an analysis of the buildings in their current condition, and advise the Department of Labor with respect to the requirements to renovate the buildings in a professional manner. The square foot numbers by building are as follows: Main Building, 35,000 square feet (SF); Gym, 18,000 SF; and Cafeteria, 7,000 SF. Field investigations of the three buildings required to ascertain their condition will be included in the Architect/Engineer contractor’s services. Cost Range And Limitations The estimated price range for the structural evaluation is between $100,000 and $250,000. Type of Contract This is a 100% Small Business Set-Aside. The NAICS Code is as follows: 541 – Professional Scientific and Technical Services/541310. The Small Business Size Standard is $7.5 million. The firm should indicate in Block 5(b) of the SF-330-Part II its small business status as defined in the Federal acquisition Regulation (FAR). FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Veteran-owned small business, service-disabled veterans-owned business, HUBZone small business, small disadvantaged business, 8(a) small business, woman-owned small business and small business concerns are encouraged to submit. The Government anticipates awarding a firm-fixed price contract. Estimated Starting and Completion Dates The period of performance will be 120 days after award of contract. Significant Evaluation Factors Pursuant to FAR 36.602-1(a), the U.S. Department of Labor shall evaluate each potential contractor in terms of the following significant evaluation factors, which are listed below in descending order of importance: (1) Professional Qualifications of the contractor’s key personnel necessary for satisfactory performance of the required services, encompassing consideration of the following subfactors (30 points): (i) the project management skills of the key personnel regarding building renovation projects (12 points), (ii) the key personnel’s structural design/analysis capabilities (10 points), and (iii) the key personnel’s previous experience with historic preservation renovation projects (8 points); (2) Specialized Experience and Technical Competence of the contractor in the type of work required, encompassing consideration of the following subfactors (25 points): (i) the firm’s previous project experience similar to this Project’s scope (10 points), (ii) its specialized experience in structural analysis of existing buildings (8 points), and (iii) the firm’s past experience with historic preservation projects (7 points); (3) Capacity to accomplish the work in the required time, encompassing consideration of the following subfactors (20 points): (i) staffing size/production capabilities (8 points), (ii) staffing skill in historic preservation architecture and/or structural analysis (8 points), and (iii) the firm’s past record with fast track design or building analysis projects (4 points). (4) Past Performance on contracts with Government agencies and private industry in terms of quality, cost control, and schedule monitoring, encompassing consideration of the following subfactors (20 points): (i) ability to perform professional quality documents and reports (7 points); (ii) a record of cost control during construction (7 points); and (iii) the ability to monitor construction scheduling to maintain deadlines (6 points); and (5) Location of the firm’s office with respect to the general geographical area of the project, encompassing consideration of the following subfactors (5 points): (i) the distance of the project manager to the Center (2 points); and (ii) the distance of the project team to the Center (3 points). The following professional disciplines are required: Architectural, Structural Engineering Other Information / Requirements Firms that meet the requirements described in this announcement are invited to submit two copies of a Standard Form 330 (SF-330). Part I of the SF-330, Architect-Engineer Qualifications must include brief resumes of key personnel expected to have major responsibilities for the project. Section H of the SF-330 shall be tailored to reflect a strong background in the services identified above. Contractors are hereby advised that DOL will use the information contained within the SF-330, including Section H, to evaluate each potential contractor based on the evaluation criteria described herein. Two current copies of SF-330 Part I Contract Specific Qualifications are required for the prime to include relevant projects related to the type and nature of work for which the firm was responsible, and two copies of SF-330 Part II are required for the prime and each of its individual consulting firms, if applicable. Note : SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Facsimile copies will not be accepted. Only firms that submit the required documents by the deadline date of January 5, 2016, by 6:00pm EST will be considered for review of qualifications. Failure to timely and/or properly submit Standard Form 330 Part I and Part II will render the submission unacceptable. Your complete Standard Form 330, Part I and Part II shall be submitted to the following address: US Department of Labor/ETA Office of Contract Management 200 Constitution Avenue, NW Room N-4649 Washington, DC 20210 Attn: Bryan Ramso, Contract Specialist Applicants are requried to include a list of three references with telephone numbers and names of contact persons with their submittals. Project Teams considered the most highly qualified will have references checked. Project Teams still considered the most qualified folllowing the reference checks will be interviewed. Applicants should include the Solicitation No. DOL-ETA-16-R-00026 of this FBO Notice with the locations/center name in Block No. 3 of the SF 330 Part I - Contract Specific Qualifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/DOL-ETA-16-R-00026/listing.html)
- Place of Performance
- Address: Gulfport Job Corps Center, 3300 20th Street, Gulfport, Mississippi, 39501, United States
- Zip Code: 39501
- Zip Code: 39501
- Record
- SN03960859-W 20151206/151204234131-03ea423f9559db48a3f17be7c919b2c9 (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 |