SOURCES SOUGHT
Y -- Design-Build New Vocational Complex at the Alaska Job Corps Center
- Notice Date
- 3/14/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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
- DOL121RI20476
- Point of Contact
- Monica C Gloster, , Miriam J. Holst,
- E-Mail Address
-
gloster.monica@dol.gov, holst.miriam@dol.gov
(gloster.monica@dol.gov, holst.miriam@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Shown below is Sources Sought Number DOL121RB20476 which replaces Sources Sought Number DOL121RB20464 in its entirety. THIS IS A SOURCES SOUGHT NOTICE ONLY. In accordance with Federal Acquisition Regulation (FAR) 10.002(b)(2)(i) this notice is issued for the purpose of market research. Market research is being conducted to determine if there are potential SMALL BUSINESSES with the capabilities and experience to perform the required work. THIS NOTICE IS NOT AN INVITATION FOR BIDS (IFB). THE IFB RESULTING FROM THIS SOURCES SOUGHT NOTICE WILL ISSUED SEPARATELY AND ADVERTISED ON THE Federal Business Opportunities Website (https://www.fbo.gov). The information received will be used to determine whether to issue the proposed solicitation as a competitive set-aside or full and open competition (unrestricted). The extent of the work will be described in the solicitation which will follow at a later date. PROJECT INFORMATION: The U.S. Department of Labor (DOL), Office of Job Corps, seeks the services of a qualified small business, Design-Build firm who specializes in design-build services to construct a new vocational complex at the Alaska Job Corps Center in Palmer, Alaska. The Center is located on leased property from the Alaska Matanuska-Susitna Borough. The building will total approximately 5,900 gross square feet. The work shall also include miscellaneous site improvements in the form of general landscaping, concrete walkways, parking, site drainage, connection to all utility lines and site/security lighting for the new building. The extent of work will be described within the scope of work. The intent of the U.S. Department of Labor's approach is to utilize the site adapt delivery method for the construction of a complete and usable facility with incidental design and design related services. The design-build contractor shall use the existing March 2005 design documents as the basis and will develop new documents as required, to (a) ensure design compliance with current code and, (b) comply with the requirements as established by the Guiding Principles for Sustainability or similar high performance sustainability goals. WHO MAY RESPOND: Design-Build firms responding to this announcement must demonstrate their experience in, but not limited to: roofing systems, HVAC systems, electrical systems, plumbing systems, life safety systems, and sustainable building design. The required disciplines are Architectural, Civil, Structural, Mechanical (HVAC and Plumbing), Electrical, and Commissioning. Design-Build firms must be capable of producing the design documents on Auto-CAD version 14 or later. Specifications shall be provided in CSI format and be MS-Word compatible. Small business, design-builders will be required to obtain and/or have the capabilities to provide bonding capacities that can accommodate a project with a magnitude between $1,000,000 and $5,000,000. Interest in this Sources Sought announcement is open to certified small business contractors, relative to the primary NAICS code 236220 with a Small Business Size Standard of $33.5 Million dollars. Following review of the responses to this notice, and if the Government still plans to proceed with an acquisition, the Government will develop an acquisition strategy to determine whether the solicitation for this project will be issued as a set aside or as unrestricted competition. All interested small business, design-build firms shall be registered via the Central Contractor Registration (CCR) internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log into the Online Representations and Certifications Application (ORCA) website. SUBMISSION REQUIREMENTS: All interested firms shall submit a Capabilities Statement to include, but not be limited to: the company's name, DUNS number; small business type, a minimum of three (3) but no more than five (5) projects completed within the last five years that are relevant to the work as required within this notice; valid point of contact for each project listed; Quality Assurance measures that verify work effectiveness, and establish the ability to deliver products that meet technical performance and contract requirements; with bonding capacity and/or resources CAPABILITIES STATEMENTS AND QUALIFICATIONS SHALL BE SUBMITTED ELECTRONICALLY VIA E-MAIL ONLY TO: holst.miriam@dol.gov (Miriam Holst, Contract Specialist). Responses are due no later than 3:00 PM Eastern March 21, 2012. Oral communications, telecommunication, and faxed inquiries or comments are NOT acceptable as a response to this notice. Only e-mail responses will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1711415f6f7eca1225f4b5b6b8eb5bd7)
- Place of Performance
- Address: Alaska Job Corps Center, 800 E. Lynn Martin Drive, Palmer, Alaska, 99645, United States
- Zip Code: 99645
- Zip Code: 99645
- Record
- SN02696291-W 20120316/120314234815-1711415f6f7eca1225f4b5b6b8eb5bd7 (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 |