SOURCES SOUGHT
Z -- Roof Replacement for Multiple Buildings at the Atterbury Job Corps Center, Edinburgh, Indiana
- Notice Date
- 10/3/2019
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- 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-20-N-00007
- Archive Date
- 6/8/2020
- Point of Contact
- Eileen Garnett, Phone: 2026933558
- E-Mail Address
-
garnett.eileen@dol.gov
(garnett.eileen@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 firm to provide all construction services required for the Asphalt Shingle Roof Replacement project for Buildings 1093, 1094, 1095 and 1098 at the Atterbury Job Corps Center, Edinburgh, Indiana. THIS IS A SOURCES SOUGHT NOTICE. In accordance with Federal Acquisition Regulation (FAR) 10.002(b) (2) (i) this notice is issued for the purpose of market research. Market research is being conducted to determine if there are potential SMALL BUSINESSES with the capabilities and experience to perform the required work. Therefore, this NOTICE IS NOT TO BE MISCONSTRUED AS AN INVITATION FOR BIDS (IFB). This work will require all labor, materials and equipment required to replace the asphalt shingle roofs on five existing buildings totaling approximately 108,000 GSF. In addition to the roof replacement and selective roof sheathing replacement work, the installation of new vented soffits and ridge vents, gutters, downspouts and splash blocks will also be required. The estimated price range for construction is between $1,000,000 to $5,000,000. Interested firms 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 three or more examples of major multi-phase roof replacement projects located on operating high school or college campuses with a constructed value of $1M to $5M completed by your firm within the last five years. 2. Explain in detail your established Safety and Quality Control procedures and protocols consistently applied to all projects. Your project examples must include the project location, project owner, a brief description of the scope of work, and the name of your specialty design consultants. Your summary of qualifications should also include the date of contract award, the original and final date of contract completion. Using the previous project examples indicate 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 criteria. 1. Project Experience - Projects completed that are similar in scope and value to this required work. 2. Project Location - Project examples located in the region of the country where this work will be performed indicating a familiarity with state and local codes, environmental conditions, economic conditions and experience/qualifications of local design consultants. 3. Cost control, project schedule - Projects that demonstrate a proven record of excellent performance by completing projects on time or ahead of time, and suggest a record of outstanding performance by reducing cost and completing projects on or below budget Interested firms responding to this Notice should submit the minimum information necessary for the Government to make a determination that the source is capable of satisfying the requirements. The response must be specific to the criteria listed above. The submissions shall not exceed 20 pages. Responses are due on Thursday October 17, 2019 by 2:00 PM EST, and shall be VIA E-MAIL TO Eileen Garnett, Contract Specialist, US Department of Labor/ETA/OCM, Division of Job Corps Procurement garnett.eileen@dol.gov. Women-Owned, HUBZone, small disabled veterans, small disadvantaged businesses, and 8(a) businesses are encouraged to submit. The Small Business Size Standard is $36.5 million. Acknowledgment of receipt of responses will not be made, nor will respondents be notified on the results of the Government's evaluation of the information received. A determination by the Government to proceed with the acquisition 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 PROPOSALS. A prospective offeror 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 contractor 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-20-N-00007/listing.html)
- Place of Performance
- Address: 3129 E. Edinburgh Street, Edinburgh, Indiana, 48206, United States
- Zip Code: 48206
- Zip Code: 48206
- Record
- SN05467024-W 20191005/191003230658-7bbcea9723dbc219eeb0318b27db9df6 (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 |