Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

C -- ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE IOWA JOB CORPS CENTER, OTTUMWA, IOWA.

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Division of Job Corps A&E and Construction Services, 200 Constitution Ave., N.W., Rm. N-4655, Washington, DC, 20210, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DOL079RP20449
 
Response Due
9/28/2007
 
Archive Date
3/7/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This project involves A/E services for design and construction administration services for a new Job Corps Center of approximately 141,000 gross square feet to be located in Ottumwa, Iowa. The project consists of seven to ten buildings such as dormitories, educational/vocational, food service, gymnasium/recreational, medical/dental, administration and storage/maintenance. The work also includes miscellaneous site improvements, such as utility installation, site/security lighting, sidewalks, roadways and landscaping. The estimated construction cost is approximately $25 to $30 million. It is anticipated that all new construction will be employed in this effort. The A/E will provide designs based on several Job Corps conceptual prototypes. However, DOL, reserves the right to ?site adapt?, in whole or in part, previously completed designs for another location. All A/Es responding to this announcement must demonstrate their experience in the aforementioned building types. In addition, they must include in their submittal their experience in site adapting an existing design and delineate what are the crucial elements during the design phase to ensure a successful site adaptation. The required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC and Plumbing) and Electrical. Firms must be capable of producing the design documents on AutoCAD release 2000 or higher. Specifications shall be provided in CSI format and be MS-Word compatible. Total Design Time is forty-two (42) calendar weeks. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-330 Part II - Architect-Engineer Qualifications to 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 design of facilities as identified above. Of the ten (10) required examples, two (2) examples of food service, two (2) examples of dormitory projects and two (2) examples of recreation/gymnasium projects are required. One example of each other type of building shall be included. Section H will be used as a major evaluation factor for the firm?s qualifications as noted in (2) of the order of importance below. One current copy of SF-330 Part I Contract Specific Qualification is required for the prime to include projects related to the type and nature of work for which the firm was responsible, and one copy of SF-330 Part I is required for each of its individual consulting firms, if applicable. Note: The SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Facsimile or other electronically-generated copies will not be accepted. Only firms that submit the forms by the deadline date of September 28, 2007, will be considered for review of qualifications. Completed forms shall be submitted to the U.S. Department of Labor/OASAM, Office of Procurement Services, Division of Job Corps A&E and Construction Services, 200 Constitution Avenue, N.W., Room N-4308, Washington, D.C. 200210, ATTN: Monica C. Gloster, (202)693-7982. Failure to submit SF 330 Part I and II will render the submission unacceptable. 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, including past Job Corps Center projects, if applicable; (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 references with telephone numbers and names of contact persons with their submittal. The Project Teams considered the most highly qualified will have references checked. Project Teams still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. (DOL079RP20449) 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 Federal Acquisition Regulation (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.
 
Place of Performance
Address: Ottumwa, Iowa
Zip Code: 52501
Country: UNITED STATES
 
Record
SN01387370-W 20070830/070828220648 (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.