SOLICITATION NOTICE
C -- A/E Design Services for New Buildings at the Gulfport Job Corps Center located in Gulfport, Mississippi
- Notice Date
- 6/4/2008
- 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
- AEDesignServicesforNewBuildingsattheGulfportJobCorpsCenterlocatedinGulfportMississippi
- Archive Date
- 12/4/2008
- Point of Contact
- Eileen R Garnett,, Phone: (202) 693-7984, Monica C. Gloster,, Phone: 202-693-7982
- E-Mail Address
-
garnett.eileen@dol.gov, gloster.monica@dol.gov
- Small Business Set-Aside
- Total Small Business
- Description
- U.S. Department of Labor, OASAM, BOC/Office of Procurement Services/Division of Job Corps A&E and Construction Services, 200 Constitution Avenue, NW, Room N-4308, Washington, D.C. 20210 C--ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE GULFPORT JOB CORPS CENTER LOCATED IN GULFPORT, MISSISSIPPI. SOLICITATION DOL089RP20571. DUE on 07/08/2008. POC: Ms. Eileen Garnett, (202) 693-7984. This project involves A/E services for design and construction administration services for the construction of five new buildings at the Gulfport Job Corps Center. The buildings shall total approximately 87,000 gross square feet to be located in Gulfport, Mississippi. The work consists of five new buildings, which are the administration/classroom; gymnasium/recreational; vocational training, food service, and warehouse/maintenance. The work also includes partial demolition and abatement, and miscellaneous site improvements, such as utility installation, site/security lighting, sidewalks, and landscaping. The A/E will provide a design based on the space program issued with the scope of work. All firms responding to this announcement must demonstrate their experience in designing the aforementioned building types. In addition, firms must include in their submittal their experience delineating the crucial elements during the design phase that require assessment to ensure a successful 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 30 calendar weeks. Firms that meet the requirements described in this announcement are invited to submit two copies of Standard Form 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 10 required examples, 3 examples of administration/classroom space and 2 of vocational training 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. Facsimile copies will not be accepted. Only firms that submit the forms by the due date of 07/08/2008 by 2:00 P.M. EDT 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, specialty subcontractors, project tools and special awards; (3) Capacity to Perform Work in the Required Time, which considers qualifications of the project manager, caliber of team members and adequate staff size; (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, which includes previous projects of similar scope and value, previous experience working as a team and previous Government experience; (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), which considers distance of project manager to the center and distance of project team to the center; and (6) Energy Efficiency/Waste Reduction Capabilities, which considers sustainable 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. DOL089RP20571 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 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.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1749af189bb4b207b7da0aa4b0b72ff2&tab=core&_cview=1)
- Place of Performance
- Address: 3300 20th Street, Gulfport, Mississippi, 39501, United States
- Zip Code: 39501
- Zip Code: 39501
- Record
- SN01586265-W 20080606/080604214921-1749af189bb4b207b7da0aa4b0b72ff2 (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 |