Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2003 FBO #0676
SOLICITATION NOTICE

C -- ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE ANGELL CIVILIAN CONSERVATION CENTER LOCATED IN YACHATS, OREGON

Notice Date
10/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Contract Services, 200 Constitution Avenue, NW, Room S4203, Washington, DC, 20210
 
ZIP Code
20210
 
Solicitation Number
JC-01-04
 
Response Due
11/4/2004
 
Archive Date
7/30/2004
 
Point of Contact
Jennifer Snook, Contract Specialist, Phone 202-693-3310, Fax 202-693-2879, - Monica Gloster, Contract Specialist, Phone (202) 693-3327, Fax (202) 693-2879,
 
E-Mail Address
snook.jennifer@dol.gov, gloster.monica@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This project involves A/E design and construction administration services for a new cafeteria and culinary arts building, totaling approximately 10,008 gross square feet at the Angell Civilian Conservation Center located in Yachats, Oregon. The project shall consist of the design and construction administration of the cafeteria facility and conversion of the existing cafeteria into a multi-purpose building. The work shall also include, but not be limited to, miscellaneous site improvements such as utility installation, site/security lighting, sidewalks, and landscaping. The estimated construction cost range is between $1,000,000 and $5,000,000. Required disciplines are: Structural, Civil, Architectural, Mechanical (Fire Protection, Plumbing & HVAC), Electrical, Food Service and Environmental. Firms must be capable of producing the design documents on AUTOCAD release 14 or higher. Specifications shall be provided in CSI format and be ?Microsoft Word? compatible. Total Design Time is 38 calendar weeks. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-255 (Architect-Engineer and Related Questionnaire for Specific Projects) to include brief resumes of key personnel expected to have major responsibilities for the project. One current copy of SF-254 is required for the prime to include projects related to the type and nature of work for which the firm was responsible, and one copy of SF-254 is required for each of its individual consulting firms, if applicable. The SF 255 and SF 254s are to be submitted even if they are currently on file. Facsimile copies will not be accepted. Only firms which submit the forms by the deadline date of November 3, 2003 will be considered for review of qualifications. Failure to submit SF255 and SF 254s will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance, for the Project Team, are (1) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability (2) Specialized Experience of Assigned Project Personnel; (3) Capacity to Perform Work in the Required Time; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, for similar type projects, including past Job Corps Center projects, if applicable; (5) Location (preference shall be given to Project Team located in the general geographical area of the project, with knowledge of the locality and natural environmental conditions of the project); and (6) Energy Efficiency/Waste Reduction Capabilities. Applicants are required to include a list of three references with telephone numbers and names of contact persons with their submittal. The Project Teams considered the most highly qualified will have references checked. Project Teams considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. (JC-01-04) of this FBO Notice with the location/center name in Block No. 1 of the SF 255. Veteran-owned, Service Disabled Veteran-owned, HUB Zone-owned, Women-owned, Minority-Owned and Small-Disadvantaged Business concerns are encouraged to submit. This is a 100% Small Business Set Aside. The NAICS code is 541310 and the Small Business Size Standard is $4.0 million. The firm should indicate in Block 10 of the SF-255 that it is a small business concern as defined in the Federal Acquisition Regulations (FAR). FAR Clause 52.219-14, Limitations on Subcontracting will apply to this solicitation. At least 50% of the cost of performance incurred for personnel shall be expended for employees of the concern. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Place of Performance
Address: Angell Job Corps Civilian Conservation Center,, 335 N.E., Blodgett Road,, Yachats, Oregon,
Zip Code: 97498
Country: USA
 
Record
SN00446491-W 20031004/031002213108 (fbodaily.com)
 
Source
FedBizOpps.gov 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.