SOLICITATION NOTICE
C -- Architectural and Engineering Services for the Design and Construction Administration for a New Child Development Center at the New Orleans Job Corps Center located in New Orleans, Louisiana
- Notice Date
- 4/7/2009
- Notice Type
- Presolicitation
- 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-4308, Washington, District of Columbia, 20210
- ZIP Code
- 20210
- Solicitation Number
- DOL099RP20673
- Archive Date
- 12/30/2009
- 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
- The U.S. Department of Labor (DOL) is seeking SF 330s from architect/engineer firms (A/E) who qualify as a small business as defined in the Federal Acquisition Regulation Part 19. The work involves A/E services for the design and construction administration for a child development center at the New Orleans Job Corps Center. The building will be approximately 6,700 gross square feet. Due to the history of flooding at the site, the child development center shall be at the same elevation as the main building of the New Orleans Job Corps Center. The work shall also include design of miscellaneous site improvements in the form of general landscaping, roads, parking, drainage, connection to all utility lines, site/security lighting and ramps, platforms and steps for access to the building. The work shall be designed to comply with DOL requirements for high performance sustainability goals. The architect/engineer contractor shall attend public hearings and prepare submittal documents for obtaining conditional zoning for the property for a Commercial Child Day Care Center. The estimated construction cost is approximately $1 million to $5 million. 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 197 calendar days; total Construction Administration Time is 220 calendar days. Total contract duration is 417 calendar days. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF 330 Part I and Part II - Architect-Engineer Qualification to include brief resumes of key personnel expected to have mayor 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. Among the ten required examples, three examples of facilities that include a daycare center and two examples of administrative facilities projects are required. Section H will be used as a major evaluation factor for the firm's qualifications as noted in item (2) of the order of importance listed below. One current copy of SF 330 Parts I and II are 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 II 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 May 7, 2009 at 2:00 p.m. EST will be considered for review of qualifications. Failure to submit SF 330 Parts 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) L ocation, 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. DOL099RP20673 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 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 small businesses, small disadvantaged businesses, and small businesses are encouraged to submit. Further, small businesses are encouraged to apply for HUB Zone certification. Information regarding HUBZone 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=06f05c507e854aec6372d4c792da714f&tab=core&_cview=1)
- Place of Performance
- Address: 3801 Hollygrove Street, New Orleans, Louisiana, 70118, United States
- Zip Code: 70118
- Zip Code: 70118
- Record
- SN01787249-W 20090409/090407215449-06f05c507e854aec6372d4c792da714f (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 |