Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2016 FBO #5270
SOURCES SOUGHT

Y -- Department of Labor Fitness Center Renovation - Sources Sought Notice

Notice Date
4/26/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-16-N-00012
 
Archive Date
6/8/2016
 
Point of Contact
Elvis R. Colbert, Phone: 2026934595, Kim L. Stepney, Phone: 2026934598
 
E-Mail Address
colbert.elvis.r@dol.gov, Stepney.Kim.L@DOL.gov
(colbert.elvis.r@dol.gov, Stepney.Kim.L@DOL.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
SOURCES SOUGHT NOTICE 1. Sources Sought Notice The purpose of this Sources Sought Notice is to assist the Department of Labor (DOL) in conducting market research to determine the interest and capabilities of qualified 8(a) firms/companies for providing design-build services to renovate roughly 5,100 square feet of existing gym and locker room/shower space on the Service Level floor of the Frances Perkins Building located at 200 Constitution Avenue, NW, Washington, DC. This request is for information purposes only, to help DOL gain a better understanding of potential sources. Respondents must identify any information they consider to be sensitive or proprietary. Any information submitted will not be returned, and no payment will be made by the Government for information provided in response to this n. This NOTICE is not a solicitation or a request for proposal and the Government will not award a contract pursuant to this announcement. No solicitation package is available at this time and requests for solicitation packages will not receive a response. 2. Background The Office of the Assistant Secretary for Administration and Management (OASAM) is responsible for the providing the infrastructure and support that enables the Department of Labor to perform its mission. OASAM provides leadership and support for Departmental business operations and procurement; budget and finance; information technology; human resources and civil rights; security and emergency management; and strategic planning. The Business Operation Center division of OASAM manages the facilities within the national capital region, including the Frances Perkins Building where the DOL Fitness Center is located. The fitness center is run by the not-for-profit organization DOLFA. It serves approximately 150-200 users daily, and contains an equipment area, classroom area, and two locker rooms with shower facilities. 3. About the FPB Fitness Center The FPB Fitness Center serves approximately 150-200 users daily. It includes an equipment area, classroom area, two locker rooms with shower facilities, and a small staff office. Its peak use begins in January and runs up and through the summer months. It serves DOL and other Federal and DC government employees. It was originally constructed in 1988 and no major renovations have taken place since. 4. Scope The scope of this NOTICE is limited to the design and construction services needed to renovate the existing Fitness Center to make it ADA compliant. Work will include but will not be limited to; redesigning the fitness center entry and check-in desk; removing and replacing the existing metal locker units; creating a ramp from the equipment room to the classroom; the demolition and construction of new wall partitions; and removing and relaying out the existing plumbing fixtures in both the men's and women's shower areas. Additional cosmetic work will be included in this project such as: replacing the locker room flooring, replacing the tiled walls and floor in both shower areas, and replacing the acoustical ceiling tiles in the locker room space. The construction shall be phased to allow maximum use of the fitness center facilities during the construction period. The contractor will be responsible for erecting and maintaining adequate construction barriers to limit dust, noise, and pollutants to allow partial occupancy of the space. The Department of Labor will provide schematic plans, partial specifications, and program requirements to the contractor at the time of the solicitation. The contractor will be responsible for contracting with an A/E firm to develop construction drawings for the plumbing, electrical, mechanical, and fire protection trades and developing a complete specifications package for the project. DOL will require the delivery of a 65% and IFC design package. Contract duration is estimated at 120 days. 5. Requested Information Interested firms responding to this announcement should include a capability statement demonstrating knowledge, experience, and ability to fulfill all the requirements that are discussed above. The page limits listed in the header should be strictly adhered and represent the total page count for each section. The following do NOT count towards the page limits: • Cover • Table of contents pages The table below lists the sections and appropriate page length for each section of this NOTICE. Section Number Section Proposed Page Limit 1 Company Data 3 2 Design Capabilities 1 4 Experience & Past Performance 3 5 Execution 2 Total 9 5.1. Company (Three Pages) Discuss the organization of your company, your staffing levels, and your approach for deploying a design-build construction contract. Include names and titles of key management and supervisory personnel for the home office and construction site. Provide the below information: 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. Best practices that will allow for an unqualified audit. 5.2. Design Capabilities (One Page) Discuss how you will team with an A/E firm to complete the described scope. State which A/E firms you propose to work with and provide information on past projects you have completed together. Discuss how you will provide quality assurance in the design package. 5.3. Experience and Past Performance (Three Pages) Provide (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a) Projects similar in scope to this project include: Projects considered similar in scope to this project include fitness center facilities, dormitories, shower facilities renovation projects. b) Projects similar in size to this project include: Prefer experience, with phasing projects in occupied facilities. c) Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction 5.4. Execution (Two Pages) Provide a general description of the work to be performed and how you intend to perform it. List any capabilities you might have that will provide a cost savings to the government, or that will limit the period of construction. Discuss how you will ensure quality and communication. Include any cost drivers and their impact to the overall cost of your approach. Discuss any successful past implementations similar in size, scope and complexity. 6. Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address by 12:00pm ET Tuesday May 10, 2016. Verbal questions will NOT be accepted. Questions will be answered by 5:00pm ET Tuesday May 17, 2016 accordingly; questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after the submission date/time will be answered. 7. Eligibility/Instructions This requirement is intended for 8(a) companies/firms ONLY after the submission date/time will be answered. Eligibility will be verified, please submit your 8(a)/SBA Case #, DUNS, and Tax ID with your capability statement. 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). All eligible companies must be able to perform these services in Washington, DC. All responses shall be submitted to Elvis R. Colbert, via email at Colbert.Elvis.R@dol.gov no later than 10:00am ET Tuesday May 24, 2016. PLEASE NOTE THAT NO TELEPHONE CALLS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-OPS-16-N-00012/listing.html)
 
Place of Performance
Address: 200 Constitution Ave, NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN04096279-W 20160428/160426235017-3da48af2266ce38e9fe3674b0d8cab17 (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.