Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

Y -- DESIGN/BUILD SITE ADAPT A NEW 136-BED DORMITORY AT THE HOMESTEAD JOB CORPS CENTER, HOMESTEAD, FLORIDA

Notice Date
6/8/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL099RP20679
 
Archive Date
12/21/2009
 
Point of Contact
Eileen R Garnett, Phone: (202) 693-7984
 
E-Mail Address
garnett.eileen@dol.gov
(garnett.eileen@dol.gov)
 
Small Business Set-Aside
8a Competitive
 
Description
The U.S. Department of Labor is procuring design/build services to site adapt a new 136-bed dormitory building at the Homestead Job Corps Center located in Homestead, Florida. The building will total approximately 27,000 gross square feet and will be designed and constructed through site adaption using plans and specifications provided by the U.S. Department of Labor. The work includes national and local code review and applicable design modifications, civil and utility design and construction, foundation design and construction, updating the design of all major building systems, modifications to the building as required by the Scope of Work, and construction of the dormitory. This work will also require the demolition and removal/abandonment of existing utility elements and restoration of site areas impacted by construction operations. The work shall meet the design intent of the Scope of Work and the requirements of the Government owned conceptual design. The period of performance is 488 calendar days. The estimated construction cost range is between $5,000,000 to $10,000,000. The Request for Proposal will be available on June 23, 2009 for download. The Pre-proposal conference will be held on July 9, 2009 at 10:00AM EST at the project site. This will be only opportunity to visit the job site prior to submission of proposals. Contact Chris Garrett, Project Manager at (703) 516-2228 for additional information regarding this project. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 million. This is an 8(a) Set-Aside competitive procurement. Firms that meet the requirements described in this announcement are invited to submit proposals as specified in the Solicitation. Facsimile copies will not be accepted. Only those firms that submit its proposal to the attention of Eileen Garnett, the U.S. Department of Labor/OASAM/BOC/OPS/Division of Job Corps A/E and Construction Services, Room N-4308, Washington, DC 20210, by the due date of July 30, 2009, no later than 2:00 PM EST will be considered. The Government will make an award to the responsible offeror whose proposal is most advantageous to the Government, price and other factors considered. Proposals will be evaluated based on price and technical considerations. All technical evaluation factors, when combined, are significantly more important than price. The technical evaluation factors in descending order of importance are management, past performance, experience, preliminary design and schedule. Offerors are advised that if the technical proposals are essentially equal, award will be made on the basis of the lowest responsible price. Offerors requiring an explanation or and interpretation of the solicitation or the requirements of the work must submit its request in writing no later than ten (10) calendar days before the due date of proposals. This ten (10) calendar day period is necessary to allow a reply to reach all prospective Contractors before the submission of proposals. Contractors unable to comply with this ten (10) calendar day requirement should submit its proposal according to its best interpretation of the requirements of the statement of work and amendments. PROSPECTIVE OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR). Information regarding registration can be found at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL099RP20679/listing.html)
 
Place of Performance
Address: 12350 SW 285th Street, Homstead, Florida, 33033, United States
Zip Code: 33033
 
Record
SN01838387-W 20090610/090608234549-c99611061e08e134b1d7ea6ad9177e0c (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.