Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SPECIAL NOTICE

C -- Architectural and Engineering Design Services - Timber Lake Civilian Conservation Center, Estacada, Oregon

Notice Date
10/2/2007
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, DC, 20210-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-PR-94-0791-548
 
Response Due
11/2/2007
 
Point of Contact
Melanie Roberts-Brown, Contract Specialist, Phone (202)693-7193, Fax (202)693-7699, - Paula Miller-Sheelor, Contract Specialist, Phone 202 693-4598, Fax 202 693-3846
 
E-Mail Address
roberts-brown.melanie@dol.gov, SHEELOR.PAULA@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This project involves A/E services for design and construction administration services for a new dormitory building and major renovation of an existing dormitory building at the Timber Lake Civilian Conservation Center located in Estacada, Oregon. The new dormitory will be a 1-story, 68-bed, approximately 13,000 gross square foot building including miscellaneous related site improvements such as general landscaping, roads, parking, drainage, connection to utility lines and site/security lighting. The renovation of an existing 8,495 gross square foot dormitory building involves regrading and miscellaneous related site improvements and the complete renovation of the interior and exterior building shell. Complete renovation includes the demolition and replacement of all exterior doors and windows, roofing and decking, gutters and downspouts, exterior wall panels and insulation, interior partitions, finishes, perimeter gypsum board, insulation, electrical fixtures and outlets, and toilet fixtures and accessories. Also included are system upgrades and replacements for mechanical, plumbing, electrical and life safety systems. The estimated construction cost of this project is approximately $1 to $5 million. The A/E will provide new construction and renovation designs based on the Department of Labor Prototype Design Guidelines. All A/Es responding to this announcement must demonstrate their experience in the aforementioned building type. 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-one (41) 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 and renovation of facility type identified above. 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 November 2, 2007, will be considered for review of qualifications. Failure to submit SF 330 Part I and II will render the submission unacceptable. 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: Melanie Roberts-Brown, (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 Special Notice Reference No. 94-0791-548 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. Please Note: Refer to Numbered Note 24.
 
Place of Performance
Address: Estacada, Oregon
Zip Code: 97023
Country: UNITED STATES
 
Record
SN01426743-W 20071004/071002223344 (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.