Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2019 FBO #6330
SOLICITATION NOTICE

C -- Architectural and Engineering Services for Exterior Envelope Assessment at the Dayton Job Corps Center located in Dayton, Ohio

Notice Date
3/22/2019
 
Notice Type
Synopsis
 
NAICS
541310 — Architectural Services
 
Contracting Office
200 Constitution Avenue, NW N-4649 Washington DC 20210
 
ZIP Code
20210
 
Solicitation Number
1630DC-19-R-00019
 
Response Due
4/23/2019
 
Archive Date
12/10/2019
 
Point of Contact
Eileen Garnett, Contract Specialist, Phone 2026933558
 
E-Mail Address
garnett.eileen@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Labor, ETA, Office of Job Corps, has a requirement for Architectural and Engineering design, and at the Option of the Government, construction administration services for exterior envelope repairs at Building 1 for the Dayton Job Corps Center located in Dayton, Ohio. The selected firm will be required to evaluate the extent of deterioration and provide design and construction administration services to repair the building envelope of Building 1. Building 1 was constructed in 1921, and recorded in the Ohio Register of Historic Places. This building has been severely damaged by moisture infiltration and structural settling. The building has three stories with approximately 140,000 gross square feet distributed between four wings: Wing 1A (Administration), Wing 1B (Food Service/Security), Wing 1C (Academic Ed/Medical/Dental/Dormitory) and Wing 1D (Vocational Ed Dormitory). The structural system is load bearing masonry walls clad with brick veneer and precast concrete. The design services will require the development of plans and specifications including all repair and replacement details coordinated with the existing conditions. The roof design shall meet current allowable wind loads for Dayton, Ohio, and must comply with the Executive Order 13693, "Planning for Federal Sustainability in the Next Decade" and "Guiding Principles for Federal Leadership in High Performance and Sustainable Buildings." The roof design shall comply with the National Roofing Contractors' Association 2016 Standards. These services also include: sampling, testing and reporting the presence of hazardous materials (HazMat) in the caulking of windows, doors, roofing materials, and other suspect materials; structural system investigation, analysis, and calculations; structural evaluation of the exterior brick veneer and precast anchorage to the building structure. The estimated cost range for construction is between $1,000,000 and $5,000,000. Firms must be capable of producing design drawings on Auto-Cad version 14 or higher, or a compatible software system. Specifications shall be provided in CSI format and be MS Word compatible. The maximum time for design is 30 weeks. The required disciplines include but are not limited to Architecture, Structural, Mechanical (Plumbing & HVAC), Environmental, Commissioning, and Cost Estimating. Firms that meet the requirements described in this announcement are invited to submit two copies of a completed Standard Form 330 (SF330). Part I of the SF330 - Architect-Engineer Qualifications 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. Two current copies of SF330 Part I, Contract Specific Qualifications, which includes projects that are relevant to the type and nature of work for which the firm was responsible is required for the prime firm, and two copies of SF330, Part II is required for the prime and each of its individual consulting firms, if applicable. Please 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. Your Architect-Engineer Qualifications shall be submitted to: Eileen Garnett, Contract Specialist, U.S. Department of Labor/ETA/OCM, Division of Job Corps Procurement, 200 Constitution Avenue, NW, Room N-4649, Washington, DC 20210. Only those firms that submit the required documents by Tuesday, April 23, 2019, Eastern Daylight Time will be considered for the review of qualifications. Failure to submit Standard Form 330 Part I and Part II will render the submission unacceptable. Facsimile submissions will not be accepted. The Prime and its consultant(s) will be evaluated in accordance with the following factors, listed in order of importance: (1) The Experience and Past Performance of the Firm; (2) Specialized Experience of Assigned Project Personnel; (3) Firm's Capacity to Perform Work; (4) Qualifications of Assigned Project Personnel; (5) Capacity to perform the work within the established period of performance; (6) Location. Project Teams considered the most highly qualified will have references checked; all submissions shall include a list of references with applicable telephone numbers and contact names. Project Teams still considered the most qualified following the references checks will be interviewed. Applicants should include the Solicitation No.1630DC-19-R-00019 of the FBO Notice with the location/center name in Block 1 of the SF330. 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 10 of the SF-330 its status as a small business concern as defined in the Federal Acquisition Regulation (FAR). FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING applies to this solicitation. At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. HUBZone, 8(a), Disabled Veteran, Women-owned and Minority-owned firms are encouraged to submit. THIS IS NOT A REQUEST FOR PROPOSALS. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOL/ETA/OJC/1630DC-19-R-00019/listing.html)
 
Place of Performance
Address: 3849 Germantown Pike Dayton, OH
Zip Code: 45418
Country: US
 
Record
SN05257862-F 20190324/190322230012 (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.