Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOLICITATION NOTICE

C -- New Dormitory Buildings 4 and 5 at the Clearfield Job Corps Center, Clearfield, Utah

Notice Date
6/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering 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, District of Columbia, 20210-0001
 
ZIP Code
20210-0001
 
Solicitation Number
DOL089RP20563
 
Archive Date
12/2/2008
 
Point of Contact
Monica C. Gloster,, Phone: 202-693-7982
 
E-Mail Address
gloster.monica@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This project involves Architectural/Engineering design and construction administration services for two new dormitories, at the Clearfield Job Corps Center. The work will include Architectural and Engineering (A/E) services for building design and the preparation of construction documents for Dormitories 4 and 5. Dormitories 4 and 5 will be two-story, 136 bed, “ I” dormitories. The A/E services shall also include preparing drawings and other documentation for the demolition of Buildings 8, 9D, 9DA, and 15 prior to construction of the new dormitories and Building 6 after construction (Total demolition is 57,000 GSF). The design will also include renovation of 3,000 SF in Building E8 to relocate vocational classrooms that are currently in Building 8. In addition, a road segment west of Building 5 and related parking will be constructed. The work shall also include miscellaneous site improvements in the form of general landscaping, roads, parking, drainage, connection to all utility lines and site security lighting for the proposed new buildings. The work also involves Contract Administration for the construction phase of Dormitories 4 and 5 and renovation of Building E8. The estimated construction cost is over $10 million. It is anticipated that all new work will be designed with energy conservation opportunities and applicable federal directives. The A/E will provide designs based on the Job Corps conceptual prototypes. All A/Es responding to this FBO must demonstrate their experience in designing the aforementioned types of work. In addition, they must include in their submittal their experience in renovation projects and delineate what are the crucial elements during the design phase to ensure a successful renovation project. The required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC & Plumbing) and Electrical. Firms must be capable of producing the design documents on AUTOCAD release 12 or higher. Specifications shall be provided in CSI format and be MS-Word compatible. Total Design Time is twenty-eight calendar weeks. Firms that meet the requirements described in this announcement are invited to submit two copies of a completed SF-330. Your completed forms must comply with the instructions for Standard Form 330. Additionally, 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 required examples, three examples of new dormitory-type construction designs are required. Section H will be used as a major evaluation factor for the firm’s qualifications as noted in Item two of the order of importance below. Facsimile copies will not be accepted. Only firms that submit the forms by 2:00pm EST on 07/02/2008 will be considered for review of qualifications. 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, which considers previous project experience similar to project scope, specialty subcontractors, project tools/software, and special awards; (3) Capacity to Perform Work in the Required Time which considers qualifications/experience of project manager, caliber of project team members, and adequate staff size; (4) Firm Experience/Past Performance, which considers previous projects of similar scope and value, previous experience working as a project team, and government previous experience; (5) Location, which considers the distance of the project manager to the center, and the distance of the project team to the center; and (6) Energy Efficiency/Waste Reduction Capabilities, which considers green, sustainable, renewable energy resources experience. 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. (DOL089RP20563) 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 541330, 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 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, HUBZone, and/or 8(a) businesses, women-owned small businesses, small disadvantaged businesses, and small businesses are encouraged to submit. Further, small businesses are encouraged to apply for HUBZone certification. Information regarding HUBZone certification can be found at http://www.sba.gov. THIS IS NOT A REQUEST FOR PROPOSAL – only SF330s will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5139052f6e2563f1574119f11773f3e8&tab=core&_cview=1)
 
Place of Performance
Address: 20 West 1700 South, Clearfield, Utah, 84016-4135, United States
Zip Code: 84016-4135
 
Record
SN01584668-W 20080604/080602215818-5139052f6e2563f1574119f11773f3e8 (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.