Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

C -- HVAC Repairs in Buildings 05-212 CDSS, 02-110 Gymnasium Activity Building, 06-105, Career Development Center, and 06-311 - Swing Dormitory at the Gary Job Corps Center, San Marcos, Texas

Notice Date
9/20/2017
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Employment Training Administration, Office of Contracts Management (National), 200 Constitution Avenue, NW, N-4649, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
1630DC-17-R-00034
 
Point of Contact
Olivia J. Thorpe, Phone: 2026933578, Olivia J. Thorpe, Phone: 2026933578
 
E-Mail Address
thorpe.olivia@dol.gov, thorpe.olivia@dol.gov
(thorpe.olivia@dol.gov, thorpe.olivia@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Department of Labor, Office of Job Corps, has a requirement for an Architect/Engineering firm to provide A/E design and construction administration services for four (4) mechanical projects in four (4) separate buildings at the Gary Job Corps Center located in San Marcos, Texas. The work involves both design and construction services for the installation of heaters in the conference room and manager’s office in Building 05-212 DCSS. Design is needed to determine the proper sixze and allocation of the units and the controls. Building 02-0110, Gym Activity Building, requires design for missing return air, relief air, fan duct, power and control wiring. The required design may have to relocate existing building systems (electrical, sprinkler, etc.) to enable installation of the missing elements. In addition, commissioning of the system will be required. Building 06-105, Career Development Center, duct furnaces are installed after the six air handling units. The HVAC system was installed in 1980 and the saturated air has rusted and split the heat exchangers which pose a CO2 risk. Replace the six (6) duct heaters with units designed for the location the location in the airstream. The replacement units will require the utilization of units with corrosion-resistant materials. Building 06-311, Dormitory requires replacement of a 20-ton rooftop unit. Sizing of the new unit, as well as determining what elements of the existing mechanical and electrical system will be able to be utilized after replacement of the unit. The design and construction include coordination with all agencies, as required, to provide for utility connections and all other items needed for the completion of this project. The period of performance is approximately 484 calendar days. Firms that meet the requirements described in this announcement are invited to submit two copies of a completed Standard Form (SF 330). Part I of the SF330 – Architect-Engineer Qualification must include 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 qualification as noted under the order of importance listed below. Two current copies of SF-330 Part I, Contract Specific Qualification which includes projects that are relevant to the type and nature of work for which the firm was responsible is required for the same firm, and two copies of SF-330. Part II is required for the prime and each of its individual consulting firms, if applicable. Please note: Standard Form 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 those firms that submit the required documents by the deadline of October 20, 2017 by 2:00 pm, Eastern Standard Time, will be considered for the review of qualification. Failure to submit Standard Form 330 Part and Part II will render the submission unacceptable. Pertinent factors for consideration of qualification, listed in order of importance (1) Past Performance on contracts with Government agencies and private industry that are similar in scope and value to the services required under this project; (2) Specialized Experience of Assigned Project Personnel, which considers previous project experience on similar projects; Sustainable Building design experience; specialty consultants proposed, and Project Tools and Software; (3) Qualification of Assigned Project Personnel, which considers design capability, project management skills, commissioning, and construction administration capability; (4) Capacity to Perform Work in the Required Time, which considers previous experience working as a team, staff size/capacity, and familiarity with the area in which the project is to be performed; (5) Location, as preference shall be given to the Project Team located in the general geographical area of the project, with knowledge of the locality of the project. Applicants are required to submit three references with telephone numbers and the names of contact person’s withy your SF330. References will be contacted for the Project Teams considered the most highly qualified. Project Teams still considered the most qualified following the reference checks will be interviewed. Applicants should the Solicitation No. 1630DC-17-R-00034 in Block No. 3 of the SF 330 Part I- Contract Specific Qualifications. This is a 100% Small Business Set-Aside. The NAICS Codes is 541310, and the Small Business Size Standard is $7.5 million. The firms should indicate in Block 5(b) of the SF-330 Part II its status as a small business concern as defined in the Federal Acquisition Regulation (FAR), FAR Clause 52.219-14, Limitations ON SUBCONTRCTING 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. Service-Disabled Veteran-Owned, HUB-Zone, 8(a) businesses, woman-owned businesses, small disadvantaged businesses, and small business concerns are encouraged to submit. THIS IS NOT A REQUEST FOR A PROPOSAL. Contact Information: Olivia J. Thorpe E-mail: Thorpe.olivia@dol.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/1630DC-17-R-00034/listing.html)
 
Place of Performance
Address: 2800 Airport Road Highway 21, San Marcos, Texas, 78697, United States
Zip Code: 78697
 
Record
SN04687132-W 20170922/170920232533-212d61553434770f86882bb0d87397b4 (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  © 1994-2020, Loren Data Corp.