Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOLICITATION NOTICE

C -- Engineering Support Services for the Job Corps Design and Construction Program

Notice Date
3/23/2005
 
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
DOL051RP20038
 
Response Due
5/31/2005
 
Archive Date
3/31/2006
 
Small Business Set-Aside
8a Competitive
 
Description
ENGINEERING SUPPORT SERVICES FOR THE JOB CORPS DESIGN AND CONSTRUCTION PROGRAM The services to be performed will consist of the following basic work elements and tasks, but not limited to: 1) Site surveys/assessments and Utilization Studies of both existing and potential new Job Corps Centers; 2) Development of Environmental Assessment reports according to NEPA when required; 3) Facility Survey reports and inspections; 4) Disability/accessibility studies; 5) assist in the procurement of A/E design services and construction services for all projects; 6) Over-all project management for design and construction contracts issued by the U.S. Department of Labor; 7) Limited on-site construction management and monitoring; 8) Project cost control, cost estimating and scheduling; 9) Presentation of the CRA budget and Inventory of Needs for each Program Year; 10) Assist in the management of the DOL Real Property Asset Management Plan and database; 11) Assist in the management of all DOL historic constructed assets through the Section 106 process; 12) Assist in the negotiations for site acquisition, continuing management and disposal of real property used by the Job Corps Program, continue the monitoring of all existing leased properties within the Job Corps program; 13) Energy audits and the issuance of a Quarterly Energy report and a Yearly Summary for all Job Corps facilities to the DOL. These services will be provided through a cost reimbursement type contract of a continuous nature for the period December 2005 thru December 2006 with an option to extend the contract for four, one year periods. It is estimated that approximately 75 person years of effort will be needed to support the basic elements of this contract. The Employment and Training Administration (ETA) intends to select one (1) contractor for this project. It is contemplated that the successful offeror will be a single firm capable of providing all services in-house. However, a joint venture between two full service A/E firms will also be considered. The overall effort will go into the support of design and construction efforts of the 123 Job Corps Centers consisting of approximately 2,367 buildings (23,730,966 GSF) on 7,201 acres of land. A full and complete range of expertise in design and construction management, as well as technical expertise is required to support these facilities and centers in the continental US, Alaska, Hawaii and Puerto Rico. The successful firm will be required to utilize and maintain the current data system which contains Facility Survey reports, scopes of work and CRA budget data. The ADP/LAN system consists of Window Servers which are all HP/Compaq Proliant Servers running Microsoft Windows 2000 and Windows 2003. The in-house Oracle database resides on a Sun Enterprise 420 server running Solaris 8. It also consists of a Cisco 3660 router using a vBNS circuit, a CISCO 4006 and CISCO 2948G switches. Finally, as a part of the LAN, the offeror will be connected by dedicated T1 data communication lines to the National and Regional Offices of Job Corps. Windows XP Professional is the ETA standard network operating system. The successful offeror must demonstrate that the firm has the capability to utilize and maintain this data. Information Technology management and continuous interface with the ETA National Office is essential. Therefore, the successful offeror will be required to perform the contracted services in a facility located at 2101 Wilson Boulevard, Arlington, Virginia. The following criteria will be considered as pertinent selection factors: 1) Past recent experience of the firm in each of the basic work elements; 2) Professional qualifications of key staff members necessary for satisfactory performance of the required services; 3) Specialized experience and technical competence in the type of work required; 4) Capacity of the firm to accomplish the work in the required time; 5) Past performance on contracts with other government agencies and within the private sector in terms of cost and schedule control, quality of work and compliance with performance schedules (include references, contract numbers, dollar amounts and names and telephone numbers of contract persons); 6) Location of staff and branch offices; 7) Ability to accomplish professional design management and solid construction management of projects on a national scale; 8) Knowledge of national issues as they relate to design and construction such as accessibility, environment, LEED and sustainable design, historical preservation, energy conservation, etc.; 9) Adequacy of proposed organization chart and how communication is achieved within the firm and to the client (breakdown of work element responsibility); 10) Understanding of the FAR such as: contract preparation, claims and disputes, contract administration, bid procedures and project delivery strategies such as, design/build and best value. A Pre-Submittal conference is anticipated approximately 30 days from the date of this notice. Details confirming the date, time and location of this conference shall be published in a separate FBO announcement. The Department shall provide a reading room of pertinent documents. This room may be visited by appointment only, 10 days after the FBO issue date. Appointments may be made by contacting Ms. Marissa Dela Cerna at (202) 693-3320. Firms desiring consideration are required to submit a SF 330, Parts 1 and 2 and prepare a separate Part 2 for each of their subcontractors for the team. The submission shall address the 10 pertinent selection factors as part of their submission. Only firms responding by 4:45pm on May 31, 2005 will be considered. Failure to meet the deadline date for submission and failure to submit the SF 330, Parts 1 and 2 will render the submission non-responsive. Please submit the SF330, Parts 1 and 2 to: U.S. Department of Labor ? ETA, Attn: Marissa Dela Cerna, 200 Constitution Avenue, N.W. Room N-4716, Washington, D.C. 20210. The North American Industry Classification System (NAICS) Code is 541310. The Small Business Size Standard is $28.5 million. This is a 100% SMALL BUSINESS SET-ASIDE FOR CERTIFIED 8(a) BUSINESS ENTERPRISES ACQUISITION. This procurement is under the Brook?s Act: Federal Government Selection of Architects and Engineers. Small Service-Disabled Veteran-Owned, Disadvantaged Business and Women-owned firms with HUB-Zone and/or 8(a) certifications are encouraged to submit. Furthermore, eligible small businesses are encouraged to apply for HUB-Zone certification and/or Service-Disabled Veteran-Owned enterprise status. Information regarding HUB-Zone certification and Service-Disabled Veteran-Owned enterprises can be found at http://www.sba.gov. In accordance with FAR clause 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003), all contractors doing business with the federal government must be registered in the Central Contractor Registration (CCR) database prior to any award. To register or upgrade your firm?s profile, see the government?s website http://www.ccr.gov.
 
Place of Performance
Address: 2101 Wilson Boulevard,, Arlington, Virginia
Zip Code: 22201
Country: U.S.A
 
Record
SN00774599-W 20050325/050323213041 (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.