SOLICITATION NOTICE
C -- Architectural and Engineering Design Services for the Renovation and Abatement to the Male and Female Dormitory Rooms, Building 1 at the Dayton Job Corps Center located in Dayton, Ohio
- Notice Date
- 10/30/2015
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - Technical &Training Branch, 200 Constitution Avenue, NW, Room N-4308, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- DOL-ETA-16-R-00011
- Archive Date
- 3/31/2016
- Point of Contact
- Eileen L. Garnett, Phone: (202) 693-3558, Marissa G. Delacerna, Phone: (202) 693-3661
- E-Mail Address
-
garnett.eileen@dol.gov, delacerna.marissa@dol.gov
(garnett.eileen@dol.gov, delacerna.marissa@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- C--ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE DAYTON JOB CORPS CENTER LOCATED IN DAYTON, OHIO. Solicitation No. DOL-ETA-16-R-00011 is DUE on December 8, 2015, POC: Eileen Garnett, Contract Specialist, (202) 693-3558. The U.S. Department of Labor, Office of Job Corps has a requirement for Architectural/Engineering design and construction administration services for the Renovation of Dormitory Building 1, Wings 1D and 1C, at the Dayton Job Corps Center located in Dayton, Ohio. This is a multi-phase project, which involves the design and administration of construction services for the renovation of the male and female dormitories to include room layouts, renovations of the existing bathrooms, electrical upgrades, and roof replacement. The services will also require sampling, testing and reporting of asbestos, lead paint, PCB ballast and the presence of PCB in window and door caulking. The estimated price range for construction is between $1 million to $5 million. Firms responding to this notice must demonstrate their experience in performing the required design and the administration of construction services. The following disciplines are required Architectural, Civil, Structural, Mechanical, Electrical and Environmental. Firms must be capable of producing the design documents on AutoCAD version 14 or higher. Specifications shall be provided in Construction Specifications Institute (CSI) six-digit format and must be MS Word compatible. The period of performance is 144 calendar weeks. Firms that meet the requirements described in this announcement are invited to submit two copies of a completed Standard Form 330 (SF-330). Part I of the SF330 - Architect-Engineer Qualifications must include brief resumes of key personnel expected to have major responsibilities for the project. Section H of the SF-330 shall be tailored to reflect a strong background in the services as identified above. Section H will be used as a major evaluation factor for the firm's qualifications as noted under item (2) of the order of importance below. Two current copies of SF-330 Part I Contract Specific Qualifications is required for the prime to include relevant projects related to the type and nature of work for which the firm was responsible, and two copies of SF-330 Part II is required for the prime and each of its individual consulting firms, if applicable. Note: SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Facsimile copies will not be accepted. Only firms that submit the required documents by the deadline date of December 8, 2015 by 2:00pm EST will be considered for review of qualifications. Failure to submit Standard Form 330 Part I and Part II will render the submission unacceptable. Your complete Standard Form 330, Part I and Part II shall be submitted to the: U.S. Department of Labor/ETA, Office of Contract Management, Room N-4643, Washington, DC 20210, Attn: Eileen Garnett, Contract Specialist. Pertinent factors for consideration of qualifications, listed in order of importance (1) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, commissioning capabilities and expertise, and construction administration experience; (2) Specialized Experience and Technical Competence; (3) Capacity to Perform Work ; (4) Past Performance; and (5) Location. Applicants are required to include a list of three references with telephone numbers and names of contact persons with their submittal. 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. Applicants should include the Solicitation No. DOL-ETA-16-R-00011 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% Small Business Set-Aside. The NAICS Code is 541310, and the Small Business Size Standard is $7.5 million. The firm should indicate in Block 5(b) of the SF-330-Part II its small business status as defined in the Federal acquisition Regulation (FAR). 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. Veteran-owned small business, service-disabled veterans-owned business, HUBZone small business, small disadvantaged business, 8(a) small business, woman-owned small business and small business concerns are encouraged to submit.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5e80c6fe5d4a428ac88195b2f2493979)
- Place of Performance
- Address: 3849 Germantown Pike, Dayton, Ohio, 45418, United States
- Zip Code: 45418
- Zip Code: 45418
- Record
- SN03934163-W 20151101/151030233905-5e80c6fe5d4a428ac88195b2f2493979 (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 |