Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 15, 2014 FBO #4555
MODIFICATION

56 -- HVAC Renovation Hubert H Humphrey Job Corps Center

Notice Date
5/13/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
DOL141RP20775
 
Point of Contact
charles, Phone: 2026933702
 
E-Mail Address
strickland.charles2@dol.gov
(strickland.charles2@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: PRE-SOLICITATION FOR ALTERATION AND RENOVATION OF the HVAC SYSTEM FOR THE HUBERT H HUMPHRY JOB CORPS CENTER. POC Charles Strickland, Contracting Specialist, (202) 693-3702, Maria Pizarro, Contracting Officer, (202) 693-3657. CONTRACT INFORMATION NAICS 541330(Architectural and Engineering Services) applies to this acquisition with a size standard of $14.0M. Th Department of Labor(DOL), Office of Job Corps (OJC), in conjunction with the Education and Training Administration (ETA) Office of Contracts Management (OCM) desires to contract with an Architect and Engineering (A-E) firm to perform the design for the alteration and renovation of the Hubert H Humphrey Job Corps Center in St Paul, MN. THIS IS NOT A REQUEST FOR PROPOSAL The Government anticipates awarding a Firm Fixed Price contract from this synopsis. The work includes efforts necessary to manage and execute the design and renovation of the HVAC systems at the Hubert H Humphrey Job Corps Center. 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 the resulting solicitation. Offers are only to be solicited from Woman-Owned Small Businesses (WOSB) concerns expressly certified by the Small Business Administration (SBA).The WOSB will also have to provide documents to the WOSB Repository. The WOSB Program Repository is a document repository maintained by SBA. The Brooks Act selection procedures implemented according to FAR Subpart 36.6, will be used to competitively award one firm fixed price type contract under FAR Part 15 Negotiated Procedures and FAR Part 36 for Construction and A-E services. The estimated construction range is between $2,500,000.00 and $3,800,000.00 million dollars. Teaming Agreements: The prime firm shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members as part of the SF-330 submittal. The statement shall also list all team members. Contractor teaming arrangements are defined as (1) a partnership or joint venture between two or more companies or (2) an agreement for a specific Government opportunity between a potential prime contractor and one or more companies that are potential subcontractors. Additional submittal requirements for teaming agreements are provided under Attachment 1, A-E Submission Requirements. All firms are advised that registration in the SAM Central Contractor registration (CCR) database is required prior to award of a contract. Failure to register in the SAM CCR database may render your firm ineligible for award. For more information, check the SAM Website: http://www.sam.gov. REQUIRED SERVICES The work includes architect/engineering (A/E) services for the renovation, design and construction administration work in Buildings 1,2,4,5 and 9 and consists of: design of dedicated, energy efficient HVAC systems in Buildings 1,2 and,5; replacement of the existing HVAC systems in Buildings 1, 2 and 5 (both steam and other systems); providing a new heating system in Building 9; de-commissioning the steam plant in Building 4 and providing freeze protection of any remaining active water pipes running thru the de-commissioned plant space. Provisions shall be made, in with the Center Operator, to provide swing space during construction in Buildings 1 and 2. The work shall include asbestos abatement, capping of the abandoned water lines running from Building 4 to Building 5 and provisions for a new water line from the city supply to serve Building 5. A separate bid package shall be prepared for the abatement and demolition of Building 4, removal of the oil tank, and for site design of the areas affected by the demolition. The Government may elect to bid this package separately. The A/E shall submit to MN-SHPO for review, comments and approval, the 50% set of drawings and specifications describing the work to be performed in Buildings 1 and 3. These buildings are eligible for listing on the National registry of Historic Places. SELECTION CRITERIA Each firm must demonstrate their (including subcontractor) qualifications with respect to the selection criteria listed below. SF-330s will be evaluated to determine the most highly qualified firm/team based on submitted SF-330 responses. Failure to provide requested data or comply with the instructions in this synopsis (including attachments) and SF-330 instructions could result in a firm considered being less qualified or eliminated from consideration. Specific evaluation criteria include: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required (3) Capacity to accomplish the work in the required time; (4) Firm Experience/Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (6) Cost Estimating EVALUATION CRITERIA (1) Professional Qualifications of Assigned Project Personnel. SF-330, Part I, Block E. The Department of Labor will consider any information, which may be pertinent to this criterion, including the following: Design Capability, Project Management Skills, and Construction Administration and Commissioning. Proposed key personnel, professional registration, competence, related experiences to accomplish this work, education, and years with the company are also considerations under this evaluation factor. Key personnel shall be permanent employees of the prime firm/team rather than temporary "contract" employee arrangements. Failure to provide a balanced workforce in the disciplines listed could result in the firm being considered not qualified. The combination of criteria below will be used to determine the ability of the staff to contribute to the successful completion of project task orders. Firms that joint venture or subcontract a major part of the A-E disciplines shall be required to provide resumes of the other firms. Design Capability, Project Management Skills, and Construction Administration and Commissioning. (2) Specialized Experience and Technical Competence. SF-330, Part I, Section F. The Department of Labor will consider all specialized experiences and technical competence to include previous project experience similar to project scope; Life Cycle Cost Analysis (LCC) and Building Systems Commissioning Experience; Environmental Assessment and Abatement Experience; Section 106 Consultation Experience, and Project Tools/Software. (3) Capacity to Perform the Work. SF-330, Part I, Block H. Demonstrate how the firm(s) will manage, coordinate and administer the work within the prime and among any teaming partners. Teaming partners to be included by the prime firm in their response should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. SF-330, Part II, Block 11 and the CONUS information requested under criteria (5) to be provided in SF-330, Block H will also be evaluated to assist in determining this factor. SF-330 Part I Blocks C, D, F and SF-330, Part II will also be evaluated to support this criterion. Will consider all projects completed in the last five years, and timeliness of contract completion. The Department of Labor will consider any information which may be pertinent to this criterion, including the following: (a) Capacity to perform work in-house and with teaming members to include evaluation of the offeror's quality control program; (b) Ability to support concurrent and geographically dispersed projects as demonstrated through firm's management approach; (c) Strength of project management to include administrative, communications, project tracking, and issue resolution within prime and among teaming members; (d) Demonstrate active on-going Federal and Non-Federal CONUS work (Address current dollar value of work of the team that can support such work, and management approach to on-going work); (e) Completed projects and workload (f) Track record for an innovative approach in designing efficient building systems. (g) Prescribe metric standards, use of AUTOCAD 9.3, documenting projects on CD and worksheets on Excel. (h) Demonstrate capacity to accomplish the work within contract schedules with proposed adequate staff size. (i) Demonstrate capacity to accomplish the work given the caliber of project team members proposed. (j) Qualifications/Experience of Project Manager. (4) Past Performance. SF-330, Block H. In narrative form cite past performance in terms of cost control, quality of work, construction inspection/surveillance, and compliance with performance schedules for projects submitted under Specialized Experience and Technical Competence. In addition to past performance information provided, evaluation will include information available within the Federal, state, private industry or other sources. The firm shall provide reference information to include project name, contract number, point of contact, current phone number, and email address for each project provided under Specialized Experience and Technical Competence. In addition to the information listed above, forward the Past Performance Questionnaire (PPQ) under Attachment 2 of this synopsis, to each project point of contact. PPQ forms shall be submitted directly to Charles Strickland at Strickland.Charles2@dol.gov on or before the SF-330 required submission date, as indicated in this synopsis document. Firms may include any ratings, letters of appreciation or performance awards, etc., for relevant experience. However, Federal database content and PPQs will be evaluated more advantageously. The Department of Labor will consider any information which may be pertinent to this criterion. Reponses will be evaluated to determine firm's ability to maintain cost, schedule, quality, and customer satisfaction. Only past performance within the last five years will be considered. Submit as many relevant projects in the SF 330 as desired within the page limits identified in SUBMISSION PROCEDURES. (5) Location. SF-330, Part I, Block H. The Department of Labor will consider any information which may be pertinent to this criterion, including the following: firm's familiarity with the locality of Hubert H Humphrey Job Corps Center at 1480 N Snelling Ave, St Paul, MN 55108. In narrative form demonstrate firm's familiarity with the local conditions; examples include knowledge of, and experience dealing with, the regulatory agencies, geological features, logistics, climatic conditions or local design and construction methods. (6) Cost Estimate. SF-330, Block H. The vendor will provide Cost Estimating and Narrative Clearly Defining Key Activities. Estimate Prepared by Person's experienced in Cost Estimating. SUBMISSION INSTRUCTIONS. Facsimile copies will not be accepted. Only firms that submit the forms by the proposed due date of May 20, 2014 will be considered for review of qualifications. It is estimated that the contract will be awarded on or about July 2014. A-E firms that meet the requirements described in this announcement are invited to submit three (3) copies of a completed SF 330 and the information requested below to the Department of Labor, Office of Contract Management Attn: Charles Strickland, 200 Constitution Ave, NW 20210, no later than 20 May 2014, by 3pm Eastern Standard time. Total page count of the SF 330, Part I (including all attachments) must be limited to 40 pieces of paper (80 pages front and back), numbered consecutively from 1 to 80. A Table of Contents and tabs may be included and not counted towards the 80 page limit. The SF 330 shall be submitted on double-sided sheets of paper, using 12 point Times New Roman style font in narrative elements, and a minimum of 10 point Times New Roman style font in tables. Page size shall be 8.5 X 11 inches. There is no page limit to the SF 330 Part II. Submission shall be bound in a 3-ring binder. Firms shall state in SF 330 Block 5b if they are a small business according to the NAICS 541330 size standard ($14 million) and a certified WOSB firm. Please remember to include sub-contracting information under Part II Applicants should include Solicitation No of this FBO Notice, with the location/center name in Block No.3 of the SF 330 Part 1- 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-woman-owned-small-businesses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/483fcd414c6d55589b47809b4f669676)
 
Place of Performance
Address: Hubert H Humphrey Job Corps Center, 1480 N Snelling Ave, St Paul, MN 55108, St Paul, Minnesota, 55108, United States
Zip Code: 55108
 
Record
SN03365312-W 20140515/140514022205-483fcd414c6d55589b47809b4f669676 (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.