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

99 -- Existing Storm Water Management System at the Potomac JCC

Notice Date
2/23/2021 10:07:22 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-00005
 
Response Due
3/5/2021 11:00:00 AM
 
Archive Date
03/20/2021
 
Point of Contact
Olivia J. Thorpe, Ronette C. McBean-Felder, Phone: 202-693-3878
 
E-Mail Address
Thorpe.olivia@dol.gov, mcbeanfelder.ronette.c@dol.gov
(Thorpe.olivia@dol.gov, mcbeanfelder.ronette.c@dol.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Department of Labor, Office of Job Corps Acquisition Services, has a requirement for a qualified firm to provide design/build services for the design and construction of repairs to the existing stormwater management system at the Potomac Job Corps Center, Washington, D.C.� 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 any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any cost 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 existing storm water management system, comprised of storm drains and underdrains has deteriorated over time at the Potomac Job Corps Center.� The deterioration of the existing storm water system has caused several issues to the buildings such as ponding, drainage backups, and flooding in basements of various buildings. The project includes design and construction services for improvements to the existing site drainage system and installation of additional underdrain system improvements at the Potomac Job Corps Center. The Project includes investigation and design of stormwater management features for drainage around and under building exteriors based on a recent study of the existing stormwater drainage system performed in November 2019.� The estimated price range for construction is $500,000.00, to $1,000,000.00. Pertinent factors for consideration capabilities (in order of importance): 1. Past Performance/Previous projects of similar scope and value Contractor has provided design-build services on two and more stormwater drainage system rehabilitation projects that include improvement of the existing site drainage and underdrain system with a $500,000 to $1,000,000 design and construction value within the last five years. Provide previous project examples that shall include the location of the project, the project owner, a brief description of the project scope, designer of record specialty, a comparison of the construction budget versus construction award value, the final contract amount, and a brief description of the DB services provided. 2.�Project Location Contractor has completed two or more design and construction services projects in the mid-Atlantic region of the Country in the last five years, indicating familiarity with federal, state and local codes, environmental conditions, economic conditions, and experience/qualifications of local design consultants. 3.�Cost control, project schedule, safety, and quality of work A.� Contractor has a proven record of excellent performance by reducing or controlling cost and completing projects within the 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. B.� 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/NTP date, the original contract completion date, and the actual contract completion date for each project. C.� Contractor has established Safety and Quality Control procedures and protocols that are consistently applied to all projects.� 4.�� Financial Capabilities Contractor has sufficient financial capacity to bond a project in the $500,000 to $1,000,000 range.� Provide aggregate and per project bonding capacity limits. The Government will evaluate market information to ascertain potential market capacity to �1) provide services consistent� scope and scale with those described in this notice and otherwise anticipate; 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 March 5, 2021 by 2:00 PM EST, and submitted via email to: Olivia J. Thorpe, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A&E Construction, Thorpe.olivia@dol.gov.� The SOURCES SOUGHT number should be included�on the submission.� HUB Zone, small disabled veterans, small disadvantaged businesses, and 8(a) business are encouraged to submit.� NAICS Code for this requirement is 236220. The Small Business Size Standard is $39.5 million. Acknowledgement 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 Offer or interested in obtaining a contract award with the Government must be registered in the Federal Government�s System for Award Management (SAM) database.� Additional informational regarding contractor registration can be obtained through the following website, www.beta.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7c0b922474d84ce596308e982f9df91a/view)
 
Place of Performance
Address: Washington, DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN05924845-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.