Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

Y -- Construction Services for the Gulfport Redevelopment at the Gulfport Job Corps Center

Notice Date
2/23/2021 6:43:26 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DEPARTMENT OF LABOR (OASAM) WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1605AE-21-N-00015
 
Response Due
3/10/2021 11:00:00 AM
 
Archive Date
05/31/2021
 
Point of Contact
Bryan Ramso
 
E-Mail Address
ramso.bryan@dol.gov
(ramso.bryan@dol.gov)
 
Description
The US Department of Labor, Office of Job Corps Acquisition Services, has a requirement for a qualified firm to provide construction services for the Gulfport Redevelopment Project at the Gulfport Job Corps Center, Gulfport, Mississippi.� 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 conducting market research.� Market research is being conducted to determine if there are potential small businesses with the capacity and experience to perform the required work.� This Notice is not to be misconstrued as an Invitation for Bid or Request for Proposal.� There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� The full extent of the work will be described in the solicitation, which may follow at a later date.� However, a summary of the services to be performed is provided as follows:� The work involves the construction of approximately 90,000 gross square feet of six new buildings including administration/education, dining, vocation shops, recreation, facilities maintenance, and a chiller plant on an area of five acres. One of the new buildings requires preservation of the existing historic facades from two existing structures, which are then implemented as functional walls of the new building. Also included in the project is selective demolition of existing permanent and temporary facilities on the site, as well as construction of new infrastructure, including a full complement of utilities to service the new buildings, and miscellaneous site work consisting of paving, walkways, landscaping, and site/security lighting. Period of Performance Notice To Proceed to Contract Completion:� 22 months The estimated price range for design and construction is more than $10,000,000.� � Firms interested in this requirement are requested to submit a statement of qualifications.� Your statement of qualifications shall demonstrate the capacity of your firm to perform the services described above, and should include the following information: Pertinent factors for consideration of qualifications (in order of importance): 1.��Previous projects of similar scope and value � � �A.��Contractor has completed two or more major new building complex projects located on operating facilities with a $10M minimum constructed value within the last five years.� This �includes selective demolition, hazardous materials remediation, construction of both deep and mat type foundations, and significant utility infrastructure facilities and improvements. � � �B.��Contractor has completed two or more projects requiring temporary bracing and restoration of�historic building facades or other building features that was required to be retained.� The period that the projects should cover is within the last five years. � Provide previous project examples that include the location of the project (City, State), the�project owner, and a brief and concise description of the project scope. 2.�� Project Location � � � A.� Contractor has completed three or more construction projects in the region of the country where the project is located.� The period of performance should be within the last five years indicating familiarity with local conditions and subcontracting community. 3.�� Cost control, project schedule, safety, and quality of work � � � A.� Contractor has a proven record of excellent performance by completing projects on or ahead of time. �Using the previous project examples include the Contract Award/Notice to Proceed date, the original contract completion date, and the actual contract completion date for each project. � � � B.� General Contractor has a proven record of excellent performance by reducing costs and completing projects on or below budget. 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. � � � C.� General Contractor has established Safety and Quality Control procedures and protocols which are consistently applied to all projects. General Contractor has an EMR Safety Rating of less than 1. �Provide the EMR Safety Ratings for 2017, 2018, and 2019. 4.�� Financial Capabilities Contractor is in sound financial standing with no claims or liens.� Contractor has sufficient financial capacity to bond a project more than $10M.� Provide aggregate and per project bonding capacity limits. Your project examples shall include the location of the project, the project owner, a brief description of the services performed.� Your synopsis should also include the date of contract award, the original and final date of contract completion. Using the previous project examples indicate the original contract price and final contract value.� The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Your submission should not exceed 10 pages.� Your response to this Notice, is due no later than Monday, March 1, 2021, by 2:00 PM EDT, and submit it via email to Bryan Ramso, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A&E Construction, ramso.bryan@dol.gov. �HUB Zone, small disabled veterans, small disadvantaged businesses, and 8(a) businesses are encouraged to submit.� NAICS Code for this requirement is 236220.� The Small Business Size Standard is $39.5 million.� Acknowledgment of responses will not be made, nor will respondents be notified regarding the results of the Government�s evaluation of the information received.� The determination to proceed with the acquisition is within the discretion of the Government.� Telephone inquiries will not be accepted.� Please be reminded that a prospective Offeror 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.beta.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8bd5a826dfa9413688032e1ebb5625a3/view)
 
Place of Performance
Address: MS 39501, USA
Zip Code: 39501
Country: USA
 
Record
SN05924761-F 20210225/210223230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.