Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2014 FBO #4730
SOURCES SOUGHT

B -- Construction Project Data-Dodge Construction Potentials (DCP) - Statement of Work (SOW)

Notice Date
11/4/2014
 
Notice Type
Sources Sought
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL-OPS-15-N-00004
 
Archive Date
11/25/2014
 
Point of Contact
Christopher Capers, Phone: 2026937198, Elvis R. Colbert, Phone: 2026934595
 
E-Mail Address
capers.christopher@dol.gov, colbert.elvis.r@dol.gov
(capers.christopher@dol.gov, colbert.elvis.r@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work SYNOPSIS: THIS IS NOT A SOLICITATION, REQUEST FOR QUOTATION (RFQ), REQUEST FOR PROPOSAL (RFP), OR INVITATION FOR BID (IFB). This is a Request for Information (RFI), FOR MARKET RESEARCH PURPOSES ONLY, to determine the capabilities of potential businesses (no size restrictions) that can provide the services listed below. Information submitted in response to this notice must demonstrate the experience and capabilities to perform the requested tasks, which the Government anticipates being performed under NAICS Code 519130 (Publication Media). The U.S. Department of Labor, Wage and Hour Division (WHD), enforces minimum wage, overtime pay, recordkeeping, and child labor requirements of the Fair Labor Standards Act. WHD also enforces the Migrant and Seasonal Agricultural Worker Protection Act, the Family and Medical Leave Act, wage garnishment provisions of the Consumer Credit Protection Act, and a number of employment standards and worker protections as provided in several immigration related statues. Additionally, WHD administers and enforces the prevailing wage requirements of the Davis Bacon Act and the Service Contract Act and other statues applicable to Federal contracts for construction and for the provision of goods and services. As a result, the Wage and Hour Division, hereafter referred to as the Government, is conducting a search of the commercial marketplace to determine if the capability of the Construction Project Data-Dodge Construction Potentials (DCP) currently exists as follows: • The Contractor shall furnish the Government, with data on construction projects located in the continental United States which would satisfy the Government's demand for information to conduct Davis-Bacon Wage Determination Surveys, sample surveys, and possibly help with conformance surveys, and investigations. • The Contractor shall furnish the Government with a subscription to construction data known as the Dodge Construction Potentials (DCP); collect the data from its regional offices through the United States; compile data and furnish it to the Government electronically; and furnish and prepare delivery, at no additional charge, a summary printout of the data by the state and county. • The DCP shall report construction contract awards in the continental forty nine states and Washington, D.C., with the Contractor's state and county codes match able by state and county. The data to be reported, with respect to each of the construction contract awards, shall include any or all of the following data as customarily furnished by the Contractor to its subscribers: o State and County Codes o Dodge Project Code o NAA classification code o Ownership Code o Planner Code o Builder Code o Framing Code o Number of stories o Number of dwelling units o Floor area in hundreds of square feet o Valuation in thousands of dollars o Month and year of input o Dodge district number o Dodge report number o Adjustment date and entry type (both at original month of entry) o Zip code, if applicable • The Contractor shall furnish the Government with its Large Projects Listings which shall include non-residential, residential, and non-building projects. All projects with a minimum valuation of $8,000,000 shall be reported. The listings shall be in alphabetical order and printed on 8 ½ x 11 paper. • The Contractor shall provide the Government and/or CIRPC (the Government's agent) with a subscription that permits the Government and/or CIRPC to access the past four years of issues of the Dodge Reports prepared by the Contractor. This four year period shall be a moving period over the life of this contract, in that it shall begin four years prior to the effective date of this contract and four year prior to the last day of this contract. The report s to which the Government and/or CIRPC will have access shall: o Be in hardcopy or electronic o Cover all nonresidential, residential, and engineering (heavy construction) projects at the start stage in the continental United States, and which exceed $50,000.00 in value. These projects shall include new construction, additions, alterations, and renovations o Include, when available, the names, addresses, and telephone numbers of the owners, architects, engineers, bidders, general contractors, and subcontractors associated with the projects being reported on o Describer the projects being reported on; and o Include the unique Dodge Number for each project. These numbers shall correspond with the Dodge Report numbers in the DCP for the same projects. • The contractor shall furnish the Government, via CIRPC, with a subscription to Dodge Reports that have been specifically identified and ordered by CIRPC and which have been prepared by the Contractor over the four year period previously outlined. The CIRPC will submit orders to the Contractor on computer diskettes for the Dodge Reports needed. Each diskette shall contain the following information for each project: F.W. Dodge identification number, project code, start date, value, type of construction, Dodge district code, state, county, and the file ID number. Included with these orders will be the names and addresses of the parties to which the Contractor is to send the Dodge Reports. • Upon receipt of an order from CIRPC, the Contractor shall select, photocopy, and prepare for shipment those Dodge Reports orders by CIRPC. The Contractor shall return the diskettes to CIRPC when it is feasible to do so, but no later than the end of this contract. The Contractor shall make deliveries in accordance with Section C.1.d of the Statement of Work (SOW) and provide the Government with a subscription to its Platinum Network, an online database service through which the most current Dodge Report information is available. Companies with the capabilities described herein may respond to this RFI with literature (no marketing material) that demonstrates their capability to provide the desired services. Capability statements must also include the following information: company name, address, point of contact, phone/fax/email, and business size and status (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business ), GSA Schedule number (if applicable), and response to the attached Survey Questionnaire. Interested organizations should submit their written capability statements and responses to the attached questionnaire no later than 3:00 p.m. (ET) on November 10, 2014 to the Contract Specialist at the following email address: capers.christopher@dol.gov. Emails should include the Reference Number of this RFI notice in the subject header of their email. Capability statements will not be accepted after the due date. The page limit is five (5) pages, (not including the questionnaire). Please note that no telephone calls will be accepted. NOTICE: This announcement is a request for information only and does not obligate the DOL in any way. This is not a request for proposal and the DOL will not pay for any information submitted or for any expenses associated with providing information. Any information submitted by respondents to this RFI is strictly voluntary. Material submitted will be deemed proprietary to the extent permitted by applicable laws and regulations if so marked by the respondent.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-15-N-00004/listing.html)
 
Place of Performance
Address: US Department of Labor, 200 Constitution Ave, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03565527-W 20141106/141104234434-03c051364963bd658669fcb077f02b24 (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.