Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOURCES SOUGHT

R -- A&E DESIGN AND CONSTRUCTION MANAGEMENT SUPPORT SERVICES

Notice Date
10/1/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-4308, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL89RP20629
 
Response Due
10/31/2008 3:00:00 PM
 
Point of Contact
Johnny Arnold II,, Phone: 202-693-7282, Johnny Arnold II,, Phone: 202-693-7282
 
E-Mail Address
Arnold.Johnny@dol.gov, Arnold.Johnny@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. Department of Labor, OASAM, Division of Job Corps A&E and Construction Services, 200 Constitution Avenue, NW, Room N-4308, Washington, DC 20210. C—A&E DESIGN AND CONSTRUCTION MANAGEMENT SUPPORT SERVICES IN ARLINGTON, VIRGINIA. STANDARD FORMS 330 are DUE on October 31, 2008. This project involves A&E Design and Construction Management Support Services for the Job Corps Design and Construction Program. The general services to be performed will consist of the following basic work elements: 1) Site Selection and Analysis; 2) Utilization Studies; 3) Facility Surveys; 4) Presentation of the Construction Budget; 5) Job Corps Annual Construction and Rehabilitation Plan; 6) Design Project Management; 7) Construction Project Management; 8) Technical and Administrative Support; 9) On-Site Construction Engineers (Representatives); 10) Real Estate Services; and 11) Information Technology Infrastructure Support. It is estimated that approximately 62 full time personnel (2,080 hours each per year) will be needed to support the basic elements of this contract. The overall effort will encompass the overview of design and construction support for the existing 123 Job Corps Centers, four additional centers currently being constructed, as well as any future centers to follow, and associated satellite offices, consisting of approximately 2,500 buildings and 6,500 acres of land. A full and complete range of expertise in A&E design and construction management, as well as technical expertise for each of the aforementioned basic work elements, is required to support these facilities and centers in the continental US, Alaska, Hawaii and Puerto Rico. Project management and continuous interface with the Office of Job Corps is essential. The successful Offeror will be required to perform the contracted services through assignment of an existing lease at facilities located in Arlington, VA. The government anticipates awarding a Cost Reimbursable contract with Firm Fixed Price labor categories, for a base year and four additional one-year option periods. Six hard copies (1 original and 5 copies) of the SF 330 Part I-Contract Specific Qualifications, are required for the prime contractor, to include projects related to the type and nature of work for which the firm was responsible. Six hard copies (1 original and 5 copies) of SF 330 Part I is also required for each of the prime’s individual consulting firms, if applicable. Note: The SF 330, Parts I and II, shall be submitted by the prime even if they are currently on file. Completed SF 330s shall be submitted to the US Department of Labor/OASAM/Office of Procurement Services, Division of Job Corps A&E and Construction Services, 200 Constitution Avenue, NW, Room N-4308, Washington, DC 20210, ATTN: JOHNNY ARNOLD; (202) 693-7282. Facsimile or other electronically generated copies will not be accepted. Only firms that submit the SF 330s by 3:00 PM EDT, October 31, 2008, will be considered for review of qualifications. Failure to submit SF 330 Parts I and II will render the submission non-responsive and will not be further considered. Pertinent factors for consideration of qualifications, listed in order of importance for the Project Team, are: (1) - Key Staff Qualifications and Competence; (2) - Past Performance; (3) - Related Knowledge and Experience; and (4) - Approach and Capabilities. Applicants are required to include a list of three past performance references with their submittals (reference information shall include the name and phone number for point of contact, contract number, dollar value, period of performance and description of work performed for each past performance reference). Project Teams considered the most qualified will be interviewed. Firms shall include “A&E DESIGN and CONSTRUCTION Management Support Services, Arlington, Virginia” in Block No. 1 and Solicitation No.DOL89RP20629 of this FBO Notice in Block No. 3 of the SF 330 Part I - Contract-Specific Qualifications. This procurement is a 100% Small Business Set-Aside. The NAICS Code is 236220 with a Small Business Size Standard of $33.5 million. Questions regarding this announcement must be submitted “via email” to Johnny Arnold at: arnold.johnny@dol.gov no later than 2:00 PM Eastern Time, October 8th, 2008. The firms shall indicate in Block 5(b) of the SF-330-Part II that it is a small business concern (as defined in the FAR) that meets the size standard established for this solicitation. Federal Acquisition Regulation Subpart 52.219-14, LIMITATIONS ON SUBCONTRACTING, applies to this solicitation. At least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the Small Business Concern. Service-Disabled Veteran- Owned Small Businesses, HUBZone Small Businesses, 8(a) Small Businesses, Women-Owned Small Businesses, Small Disadvantaged Businesses, and General Small Businesses are encouraged to submit applications. In addition, small business concerns are encouraged to apply for HUBZone certification. Information regarding HUBZone certification can be found at http://www.sba.gov. This procurement is being conducted in accordance with the Brooks Act. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13fb7d25ccb80d52df9028a3acd84fc1&tab=core&_cview=1)
 
Place of Performance
Address: 2101 Wilson Boulevard, Arlington, Virginia, 22201-3062, United States
Zip Code: 22201-3062
 
Record
SN01686712-W 20081003/081001222513-13fb7d25ccb80d52df9028a3acd84fc1 (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.