SOURCES SOUGHT
Z -- HazMat Abatement at Buildings 12, 13 and 14 for the Excelsior Springs Job Corps Center located in Excelsior Springs, Missouri
- Notice Date
- 5/8/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- 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-N-00025
- Archive Date
- 11/30/2018
- Point of Contact
- Eileen Garnett, Phone: 2026933558, Marissa G. Dela Cerna, 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
- The U.S. Department of Labor, Office of Job Corps, has a requirement for a qualified contractor to provide the removal of hazardous materials (asbestos, lead based paint, mold and bird excrement) and interior renovation to be performed in Buildings 12, 13 and 14 at the Excelsior Springs Job Corps Center, Excelsior Springs, Missouri. Buildings 13 and 14, constructed in 1930, are eligible for listing on the National Register of Historic Places. Included in the project are limited repairs to the exterior windows in historically eligible Buildings 13 and 14. All work on the exterior of Buildings 13 and 14 shall comply with the Secretary of Interior's Guidelines for Rehabilitation of Historic Properties. The contractor shall provide all equipment, materials, and labor to perform the abatement and renovation work in the three buildings in accordance with all applicable federal and state codes and regulations. The estimated price range for construction is between $1,000,000 to $5,000,000. Interested contractors are requested to submit a statement of qualifications. Your summary of qualifications should demonstrate the capacity of your firm to perform the required services, and should include the following information: 1. Provide two or more examples of major hazardous materials abatement and interior renovation projects with an estimated construction value between $1,000,000 to $5,000,000, which were located on an operating facility and completed within the last five years. 2. Provide two or more two or more asbestos abatement, lead based paint, and mold remediation projects remediation projects successfully completed within the last five years. 3. Provide at least one example of a bird excrement remediation project completed within the last five years. 4. Include with your submission two or more examples of window repair projects on historic buildings successfully completed within the last five years. 5. Define your established Safety and Quality Control procedures and protocols, which are consistently applied to all projects. Your previous project examples shall include the location of the project (City, State), the project owner, and a brief and concise description of the project scope. Include the region of the country where the project was located indicating familiarity with local conditions and subcontracting community. Using the previous project examples include the Contract Award/NTP date, the original contract completion date, and the actual contract completion date for each project. Also, include the contract award amount, the final contract value, and a percentage of change order value relative to the total construction value for each project. Your statement of qualifications will be evaluated based on the following criterion, which are listed in the order of importance. 1. Projects completed that are comparable in scope and value to the services required under this project. 2. Cost control, project schedule and safety 3. Project location 4. Safety and quality control procedures This notice is for information and planning purposes only and not a solicitation or an obligation on the part of the Government to issue a Request for Proposal or a contract award. The Government does not intend to award a contract based on responses, nor pay for preparation of any information submitted. Firms responding to this Sources Sought Notice should submit the minimum information necessary for the Government to make a determination that the source is capable of satisfying the requirement. The response must be specific to each criteria listed above to demonstrate that the respondent is capable. Your submission shall not exceed 20 pages. Responses are due on May 31, 2018, by 2:00pm EST, and must be submitted via email to: garnett.eileen@dol.gov. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the results of the Government's evaluation of the information received. A determination by the Government to proceed with this requirement is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. Please note that this is not a request for proposal
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/1630DC-18-N-00025/listing.html)
- Place of Performance
- Address: 701 St. Louis Avenue, Excelsior Springs, Missouri, 64024, United States
- Zip Code: 64024
- Zip Code: 64024
- Record
- SN04915095-W 20180510/180508231235-da5dd87d4e0563c39fed32c1926f57f3 (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 |