Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2022 SAM #7597
SOURCES SOUGHT

Z -- Building 1 Facade and Envelope Repairs at the Dayton Job Corps Center

Notice Date
9/16/2022 8:44:50 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DEPARTMENT OF LABOR (OASAM) WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1605AE-22-N-00022
 
Response Due
10/4/2022 11:00:00 AM
 
Archive Date
04/10/2023
 
Point of Contact
Eileen Garnett, Contract Specialist, Phone: 2026933558, Monica Gloster, Phone: 2026935550
 
E-Mail Address
garnett.eileen@dol.gov, gloster.monica@dol.gov
(garnett.eileen@dol.gov, gloster.monica@dol.gov)
 
Description
The US Department of Labor, Office of Job Corps, has a requirement for a qualified Contractor to provide design and construction services for the building 1 Fa�ade and Envelope Repairs at the Dayton Job Corps Center located in Dayton, Ohio.� �THIS IS A SOURCES SOUGHT NOTICE.� In accordance with the Federal Acquisition Regulation (FAR) 10.002(b) (2) (i), this notice is issued for the purpose of conducting market research.� Market research is being conducted to determine if there are potential businesses with the capacity and experience to perform the required work.� This Notice is not to be misconstrued as an Invitation for Bid or Request for Proposal.� A summary of the services to be performed are outlined as follows. Building 1 is eligible to be listed on the National Register of Historic Places (NRHP).� This work involves targeted repairs to the damaged and deteriorated masonry. The installation of a new modified bitumen roofing system on Wing C, the replacement of lightning protection system on Wing C, and the partial parapet reconstruction, and structural stabilization of the failing limestone cornice band at various locations. The disassembly, removal, and reassembly of various roof related MEP equipment associated with the repairs and reconstruction is also a requirement of the work. The targeted repairs also involve replacing the brick veneer from the area above the existing rust jacked lintels and below the limestone cornice band and replacing the spalled limestone coping.� Repairing cracks at the limestone coping and limestone cornice band, repointing of open joints in parapet areas, disassembly, and reconstruction of chimney with a new cap. Reroofing, repointing masonry walls, and the installation of a new gutter and downspout on the elevator penthouse is also a requirement of the services to be performed. The estimated price range is between $1,000,000 and $5,000,000. Firms interested in this requirement are requested to submit a statement of qualifications.� Your statement of qualifications should demonstrate the capacity of your firm to provide the services outlined in this notice, and shall also include the following information:�� 1. Previous projects performed that are similar in scope and value Your submittal shall provide two and more exterior envelope (specializing in historic masonry repairs, and roofing replacement) projects located on operating facilities with a $1M to $5M constructed value completed within the last five years. � Your submittal shall include a minimum of two NRHP (listed or eligible) building renovation projects and a minimum of one project that includes hazardous materials remediation completed within the last five years.� Your previous project examples shall include the location of the project (City, State), the project owner, and a brief description of the project scope. � 2.�Project Location Provide three or more construction projects in the region of the country where this project is located completed within the last five years indicting a familiarity with local conditions and the subcontracting community.� 3. Cost control, project schedule, safety, and quality work General Contractor has established Safety and Quality Control procedures and protocols which are consistently applied to all projects.� General Contractor has an EMR Safety Rating of less than 1. Provide EMR Safety Ratings for 2014, 2013, and 2012. Your previous project examples shall demonstrate a proven record of excellent performance by completing projects on or ahead of time.� Using the previous project examples include the Contract Award/NTP date, the original contract completion date, and the actual contract completion date for each project. Include with your submission projects that demonstrate a proven record excellent performance by reducing cost and completing projects on or below budget. Using the previous project examples indicate the contract award amount, the final contract value, and the percent of change order value relative to the construction value for each project.� Your established Safety and Quality Control procedures and protocols consistently applied to all projects shall be included with your submission. 4.�Financial Capabilities Your aggregate and per project bonding, capacity limits shall also be included with your submission.� The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) secure and apply the full range of corporate and financial, human capital and technical resources required to perform similar requirements.��Your submission should not exceed 10 pages.� The due date for response to this Notice is no later than October 4, 2022, by 2:00pm EDT and shall be submitted to Eileen Garnett, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A/E and Construction, via email to: garnett.eileen@dol.gov.HUBZone, small disabled veterans, small, disadvantaged businesses, 8(a) certified, and women owned, and large business concerns are encouraged to submit a response to this notice.� The NAICS for this requirement is 236220.� Acknowledgement of responses will not be made, nor will respondents be notified regarding the results of the Government�s evaluation of the information received.� The determination to proceed with the acquisition is at the discretion of the Government. Telephone inquiries will not be accepted.� A prospective Offeror interested in obtaining a contract award with the Government must be registered in the Federal Government�s System for Award Management (SAM). Additional information regarding contractor registration can be obtained through the following website, www.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/967cdcb94ad7457f948eb8c1803ad354/view)
 
Place of Performance
Address: Dayton, OH 45417, USA
Zip Code: 45417
Country: USA
 
Record
SN06469257-F 20220918/220916230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.