Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOLICITATION NOTICE

54 -- Design and Construction Administration (CA) Services for the Gulfport Redevelopment at the Gulfport Job Corps Center

Notice Date
1/31/2018
 
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-18-R-00009
 
Point of Contact
Bryan N. Ramso, Phone: 2026933918
 
E-Mail Address
ramso.bryan@dol.gov
(ramso.bryan@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Project Description/Synopsis The US Department of Labor (DOL) seeks the services of a qualified 8(a) and all small business concerns for the Design and Construction Administration (CA) Services for the Gulfport Redevelopment at the Gulfport Job Corps Center in Gulfport, Mississippi. The work consists of design and construction administration (CA) services for the multi-phase construction of four new buildings with historic preservation requirements, as stipulated by execution of recent Memorandum of Agreement between the U.S. Department of Labor, The Advisory Council on Historic Preservation (ACHP), and the City of Gulfport. There are substantial public interface, presentation, and outreach requirements for the project for which the Architect/Engineer team will be primarily responsible. Two of the four buildings will need to be integrated into the design of the two new building. The facades to be retained will be required to be temporarily supported once the remainder of the buildings of which they are currently part are demolished. Due to the size of the new building footprints required to satisfy building program requirements, it is anticipated that geotechnical testing and a full replacement of existing on-site utilities and surface features will be required. The design will also need to be phased for construction into a least two distinct phases due to the need to keep the existing operating Job Corps Center functioning. Design services may include site adaptation, code compliance update, and minor revisions for historic preservation architectural features for the prior designs of two of the four buildings for which facade retention is not an issue, and entirely new designs for the two buildings which will be integrated with the facades to be retained. All four buildings will be located on approximately five acres. Federal mandates affecting energy usage and storm water management will also be applied to the project, among others. The site is a leased site, and performance of a design which results in a local building permit will be required, as coordinated through the City’s Building Department during the course of design. Also included in the design services is the testing required to evaluate the condition and design proper bracing of the existing facades, as well as inclusion of hazardous and other material abatement in the project specifications. Estimate Value of the construction to be designed is over $10,000,000. 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. Previous projects of similar scope and value A. A/E has provided design and CA services on three or more major historic preservation projects with a $5M or greater constructed value range within the last five years. B. A/E has provided design and CA services for educational campus design projects in the last five years in various areas of the Country. C. A/E has provided both design and CA services on at least one project requiring significant public outreach efforts required by either historic preservation requirements or agreements resulting from Section 106 consultations. Provide previous project examples which shall include the location of the project (City, State), the project owner, a brief and concise description of the project scope, specialty design consultants employed, a comparison of the construction budget versus construction award value, the final contract amount, and a brief and concise description of the CA services provided. 2. Specialized Experience of Assigned Project Personnel: Previous project experience similar to this project’s scope; historic preservation expertise; structural engineering experience with sensitive renovations; Project tools and software. 3. Qualifications of Assigned Project Personnel : Design capability; Project Management skills; construction administration expertise. 4. Capacity to Perform Work in the Required Time : Qualifications/experience of Project Manager; caliber of Project Team members; adequate staff size. 5. Project Location : A/E has completed three or more design and CA services projects throughout the United States in the last five years which indicate familiarity with state and local codes, environmental conditions, economic conditions, and experience/qualifications of local design consultants. Other Information A-E firms that meet the requriements described in the announcement are invited to submit one (1) copy via email to ramso.bryan@dol.gov, no later than March 2, 2018 by 2 pm Eastern Time. Total page count of the SF 330, Part 1 (including all attachments) must be limited to 80 pages, 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 using 12 point Times New Roman style font in narrative elements, and a minimum of 10 point Times New Roman style in tables. Page size shall be 8.5 X 11 inches. There is no page limit in the SF 330 Block 5b if the are a small business according to NAICS 541310 size standard ($7.5 million). Applicants shall include the Soliictation Number of this FOB Notice with the location name in Block 3 of the SF 330 Part 1. A prospective firm that is interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database. Additional information regarding contract registration can be obtained through the following website, www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/1630DC-18-R-00009/listing.html)
 
Place of Performance
Address: Gulfport Job Corps Center, 2512 25th Avenue, Gulfport, Mississippi, 39501, United States
Zip Code: 39501
 
Record
SN04805148-W 20180202/180131231035-9cec9fd10f45d09b2227be6bd986c0cd (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.