Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
SOLICITATION NOTICE

C -- SF330 REQUEST - ARCHITECT AND ENGINEER (A-E) DESIGN SERVICES AT THE GREAT ONYX CIVILIAN CONSERVATION CENTER

Notice Date
8/18/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4308, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL111RP20408
 
Archive Date
9/23/2011
 
Point of Contact
Ronette C. McBean, Phone: 2026933702
 
E-Mail Address
mcbean.ronette@dol.gov
(mcbean.ronette@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
The U.S. Department of Labor/Office of Contracts Management/Division of Job Corps Procurement A&E and Construction Services has a requirement for: INTRODUCTION: ARCHITECT AND ENGINEER (A-E) DESIGN SERVICES AT THE GREAT ONYX CIVILIAN CONSERVATION CENTER LOCATED IN MAMMOTH CAVE, KY. SOLICITATION No: DOL111RP20408. DUE: September 8, 2011. This requirement is being procured in accordance with the Brooks Act (Public Law 92-582) as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. CONTRACT INFORMATION: This procurement is a 100% COMPETITIVE HUBZone SET ASIDE for firms classified as Small Businesses under NAICS Code 541310, Architect and Engineering Services. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million for NAICS 541310. FAR Clause 52.219-14, Limitations on Subcontracting will apply to this solicitation. At least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Small Business prime contractor, which must be an architecture or engineering firm, must perform fifty percent (50%) of the work in-house. The firm's capability statement shall demonstrate the qualification necessary to meet the 50% in-house requirement. Firms will be selected for negotiations based on demonstrated competence for the required work. Offerors are cautioned to read this announcement in its entirety. Before a small business is proposed as a potential contractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database, accessed at http://www.ccr.gov. Information on registration and annual confirmation requirements may be obtained by contacting the Federal Service Desk or CCR at 1-866-606-8220. Failure to register may render the A-E Firm ineligible for award. PROJECT DESCRIPTION: This project involves A/E services for the design and construction administration of a new dormitory building at the Great Onyx Job Corps Center. The building will total approximately 14,000 gross square feet. The work shall also include renovation of the two existing dorms after relocation to the new dorm on a phased basis, miscellaneous site improvements in the form of general landscaping, roads, parking, drainage, connection to all utility lines and site/security lighting for the new building. The work shall be designed and constructed to comply with identified and targeted standards (credits) established by the Leadership in Energy and environmental Design (LEED) rating system. A formal LEED registration, submission, and certification with The Green Building Certification Institute (GBCI) is not required. LEED 2009 shall be used. The project shall target and achieve a minimum number of LEED point requirements sufficient to achieve a LEED certification at the most cost effective level. FIRM QUALIFICATIONS/REQUIREMENTS: Firms responding to this announcement must demonstrate their experience in site and building design including, but not limited to, roofing systems, HVAC systems, electrical systems, plumbing systems, life safety systems, and LEED. The required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC and Plumbing), and Electrical. Firms must be capable of producing the design documents on AutoCAD version 14 or later. Specifications shall be provided in Construction Specification Institute (CSI) format and be MS-Word compatible. SELECTION CRITERIA: 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 LEED Project experience, experience in the design and construction administration of the projects of similar nature scope, specialty subcontractors as part of the design team, project tools and software to be implemented during the design and construction administration phases, and design awards; •3) Capacity to Perform Work in the Required Time, which considers the qualifications and experience of the prime and subcontractor project managers, the caliber of the prime and subcontractor key personnel, and the staff size of the prime and subcontractor firms; •4) Firms/Experience/Past Performance, which considers proposed design team previous experience on contracts of similar scope and value, previous experience of proposed design team having worked on previous projects together, and previous Government contract experience; •5) Location, which considers the location of the prime and subcontractors relative to the location where work will be performed; and •6) Integrative Design, Energy Efficiency and Waste Reduction, which considers previous experience incorporating green/sustainable building design integration and principles SUBMITTAL REQUIREMENT: Firms desiring consideration shall submit an original Standard Form (SF) 330, Architect-Engineer Qualifications package (6/2004 version), Parts I and II, along with one electronic copy on CD (using Microsoft Word (doc) or Adobe Acrobat (pdf)). Firms shall submit one (1) original plus four (4) copies of a completed Part I Contract Specific Qualification required for the prime architect-engineering firm and/or subcontractor (s) to include projects related to the type and nature of work for which the firm was responsible to include brief resumes of key personnel expected to have major responsibilities for the project, and one (1) original and four (4) copies of a current SF-330 Part II - Architect-Engineer Qualifications for the prime and all individual consulting firms. NOTE: The SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Section H of the SF-330 shall be tailored to reflect a strong background in the design of facilities as identified above. Section H will be used as a major evaluation factor for the firm's qualifications as noted in the order of importance above. One current copy of SF-330 Part I Contract Specific Qualification is required for the prime and individual consulting firms to include projects related to the type and nature of work for which the firm was responsible. Facsimile copies will not be accepted. Only firms that submit the forms by the deadline date of September 8, 2011 will be considered for review of qualifications. Failure to submit SF 330 Part I and II will render the submission unacceptable. Applicants are required to provide 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. The Project Teams considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. DOL111RP20408 of this FBO Notice with the location/center name in Block No. 3 of the SF 330 Part I - Contract Specific Qualifications. The firm should indicate in Block 5(b) of the SF-330 Part II that it is a HUBZone Small Business concern as defined in the FAR. FAR Clause 52.219-14, Limitations on Subcontracting will apply to this solicitation. The concern will perform at least 50 percent of the cost of the contract, no including the cost of materials, with its own employees. Any submissions received after the exact time specified for receipt is considered late and will be processed IAW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. Part 1 of the SF 330 should not exceed 50 pages, including 15 pages for Section H, exclusive of indexing tabs, project photos or drawings with brief captions. Front and backside use of a single page will count as 2 pages. Minimum font size is 11 point. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B5 OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Submit credentials for both the Primary Firm and for Key Consultants of all the information pertinent to the selection criteria NLT 3:00 p.m. Eastern Standard Time, September 8, 2011 to address shown below. Questions concerning submissions should be directed to Ronette C. McBean (202) 693-3702. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING this ANNOUNCEMENT WILL NOT BE SCHEDULED. THIS IS NOT A REQUEST FOR A PROPOSAL. *** Submit to address shown below. U.S. Department of Labor Division of Job Corps A/E & Construction Services Solicitation No: DOL111RP20408 ATTN: Ronette C. McBean 200 Constitution Ave NW Room N-4308 Washington DC 20210 **SF 330s shall be received via overnight mail or private courier at the above location.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cdcd0203aacc2e1461a4fe14fe76234c)
 
Place of Performance
Address: Great Onyx CCC, 3115 Ollie Ridge Road, Mammoth Cave, Kentucky, 42259, United States
Zip Code: 42259
 
Record
SN02539380-W 20110820/110818235029-cdcd0203aacc2e1461a4fe14fe76234c (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.