Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2012 FBO #4019
SOLICITATION NOTICE

C -- Cafeteria Renovation & Culinary Arts Renovation at the Brunswick Job Corps Center located in Brunswick, GA

Notice Date
11/23/2012
 
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-4649, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL121RP20576
 
Archive Date
6/28/2013
 
Point of Contact
Monica C Gloster, Phone: (202) 693-3550, Maria J. Pizarro, Phone: (202) 693-3657
 
E-Mail Address
gloster.monica@dol.gov, pizarro.maria@dol.gov
(gloster.monica@dol.gov, pizarro.maria@dol.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
PROJECT INFORMATION: The following synopsis is in accordance with the Brooks Act as implemented in Part 36 of the Federal Acquisition Regulation (FAR). This project involves architectural/engineering (A/E) services for the design and construction administration services for the renovation of the existing cafeteria and culinary arts relocation at the Brunswick Job Corps Center in Brunswick, Georgia. The Cafeteria consists of a dining hall, kitchen, storage, food preparation areas, freezers, and refrigerator areas, dishwashing, and laundry, offices, staff locker rooms and toilets, utility rooms, etc., totals approximately 12,170 net square feet. The renovation work shall be designated using phasing plans that will permit portions of the cafeteria to be utilized during renovation. The existing culinary arts vocation area, consisting of a banquet room, kitchen and food preparation laboratories, storage, freezer, refrigerators, dishwashing and office, etc., totals approximately 2,970 net square feet will also be relocated to the first floor, which will be renovated to accommodate this function. This area shall be designed using phasing plans that will permit the culinary arts program to continue to operate without interruption during the renovation. The work shall be designed and constructed to comply with the requirements of Executive Order (EO) 13524, and incorporate the guiding principles for high performance sustainable buildings to the extent practicable and that are life cycle cost effective. The estimated magnitude of construction is between $1,000,000 and $5,000,000. Required services will be obtained by a negotiated Firm Fixed Price Contract. 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 and life safety systems. 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 CSI format and be MS-Word compatible. Firms that meet the requirements described in this announcement are invited to submit on original plus four (4) copies of a completed Standard Form 330 (SF 330); Part I Contract Specific Qualifications, required for the prime architect-engineer firm to include projects related to the type and nature of work for which the firm was responsible. Also, to include brief resumes of key personnel expected to have major responsibilities for the project, and one original and 4 copies of a current SF 330, Part II-Architect-Engineer Qualifications for itself and for each of its 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 (2) of the order of importance below. PERTINENT FACTORS: 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 Green/Sustainable Building project experience, experience in design and construction administration of projects of similar nature and 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 qualification 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's previous experience on contracts of similar scope and value, and previous experience of proposed design team having worked previous projects together, and previous Government contract experience including pas Job Corps Center projects, if applicable; (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 project experience incorporating green/sustainable building design integration and principles. 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. Facsimile copies will not be accepted. Only firms that submit the forms by the due date of 12/28/2012 will be considered for review of qualifications. Failure to submit SF 330 Part I and II will render the submission unacceptable. Please submit your qualifications to: the U.S. Department of Labor/ETA/OCM/Division of Job Corps Procurement, 200 Constitution Avenue, NW, Room N-4643, Washington, DC 20210; Attn: Monica Gloster, Contract Specialist by 4:00 PM (EDT). Applicants should include the Solicitation No. DOL121RP20576 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% Woman-Owned Small Business (WOSB) Set-Aside. For further information regarding eligibility requirements within the woman-owned small business program can be found at http://www.sba.gov/content/contracting-opportunities-women-owned-small-businesses. All eligible applicants have to be registered in the CCR and have a respresentation in ORCA. The WOSB will also have to provide documents to the WOSB Repository. The WOSB Program Repository is a document repository maintained by SBA. You can find out more information at www.sba.gov/wosb. The North American Industry Classification System (NAICS) code is 541310, and the Small Business Size Standard for WOSB is $4.0 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 fifty per cent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Information regarding small businesses can be found at http://www.sba.gov. THIS IS NOT A REQUEST FOR PROPOSAL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d010ab93ad39a9b38eab0c3b915db580)
 
Place of Performance
Address: 4401 Glynco Parkway, Brunswick, Georgia, 31525, United States
Zip Code: 31525
 
Record
SN02936279-W 20121125/121123233239-d010ab93ad39a9b38eab0c3b915db580 (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.