Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOLICITATION NOTICE

C -- Architectural and Engineering Design Services at the Little Rock, Arkansas

Notice Date
8/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
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
DOL041RP10005
 
Response Due
9/14/2004
 
Archive Date
9/29/2005
 
Point of Contact
Lance Purvis, Contract Specialist, Phone 202-693-3143, Fax 202-693-3846, - Monica Gloster, Contract Specialist, Phone (202) 693-3327, Fax (202) 693-2965,
 
E-Mail Address
purvis.lance@dol.gov, gloster.monica@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICATION DOL041RP10005 DUE on 09/14/2004. POC Mr. Lance Purvis, (202) 693-3143. This project involves A/E services for design and construction administration services at a new Job Corps Center of approximately 146,000 gross square feet to be located in Little Rock, Arkansas. The project consists of seven to ten buildings, dormitories, educational, food services, recreation, medical/dental, administration and storage/maintenance. The work also includes miscellaneous site improvements, such as utility installation, site/security lighting, sidewalks, roadways, and landscaping. The estimated construction cost range is approximately $20 million. Required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC & Plumbing), Fire Protection, Electrical and Environmental. Firms must be capable of producing the design documents on AUTOCAD release 12 or higher. Specifications shall be provided in CSI format and must be MS-WORD compatible. Total design time is 44 calendar weeks. Firms that meet the requirements described in this announcement are invited to submit one copy of a completed SF-330 Part II ? Architect-Engineer Qualifications to include brief resumes of key personnel expected to have major responsibilities in the project. Section H of the SF-330 shall be tailored to reflect a strong background in food service and dormitory projects. Of the 10 required examples, 3 examples of food service and 2 of dormitory projects are required. One example of each other type of building shall be included. Section H will be used as a major evaluation factor for the firm?s qualifications as noted in (2) of the order of importance below. One current copy of SF-330 Part I Contract Specific Qualification 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-330 Part I is required for each of it?s individual consulting firms, if applicable. Note: The 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. Only firms that submit the forms by the deadline date of 09/14/2004 will be considered for review of qualifications. Failure to submit SF 330 Part I and II 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 of the project) ; and (6) Energy Efficient/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 still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. (DOL041RP10005) of this FBO Notice with the location/center name in Block No.3 of the SF 330 Part I ? Contract Specific Qualifications. 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 5(b) of the SF-330 ? Part II that it is a small business concern as defined in the FAR. FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. HUB-Zone, service-disabled veterans, 8(a) businesses, women-owned, small disadvantaged businesses, and small businesses are encouraged to submit. Further, small businesses are encouraged to apply for HUB-Zone certification. Information regarding HUB-Zone certification can be found at http://www.sba.gov. Prospective offerors must be registered in the Central Contractor Registration (CCR). Information regarding registration can be found at http://www.ccr.gov. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: To Be Determined
 
Record
SN00642331-W 20040814/040812211857 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.