Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

C -- C - ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE PINELLAS PARK JOB CORPS CENTER LOCATED IN PINELLAS COUNTY, FLORIDA

Notice Date
2/28/2006
 
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
DOL061RP20068
 
Response Due
3/30/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This project involves A/E services for design and construction administration services for a new Job Corps Center of approximately 150,000 gross square feet to be located in Pinellas County, Florida. The project consists of seven to ten buildings, dormitories, educational/vocational, food services, gymnasium/recreational, 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 is more than $10,000,000. It is anticipated that all new construction will be employed in this effort. The A/E will provide designs based on the Job Corps conceptual prototypes; however, DOL reserves the right to ?site adapt,? in whole or in part, a previously completed design for another location. All A/Es responding to this FBO must demonstrate their experience in the aforementioned building types. In addition, they must include in their submittal their experience in site adapting an existing design and delineate what are the crucial elements during the design phase to ensure a successful site adaptation. The required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC & Pluming) and Electrical. Firms must be capable of producing the design documents on AUTOCAD release 12 or higher. Specifications shall be provided in CSI format and be MS-Word compatible. Total Design Time is 36 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 for the project. Section H of the SF-330 shall be tailored to reflect a strong background in the design of facilities as identified above, of the 10 required examples, 3 examples of food services 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 firms; qualifications as noted in (2) of the order of importance below. Once 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 this individual consulting firms, if applicable. Please submit the SF-30, Part I and Part II to: The U.S. Department of Labor, ETA, Division of Contract Services, Attn: Sarah Folino, 200 Constitution Avenue, NW, Room N-4655, Washington, DC 20210. 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 03/30/2006 at 2:00 pm Eastern Time 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 qualification, 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 of 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 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 still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. DOL061RP20068 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 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. Service-Disabled Veteran-Owned, HUB-Zone, and/or 8(a) businesses, women-owned businesses, 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. In accordance with FAR clause 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003), all contractor doing business with the federal government must be registered in the Central Contractor Registration (CCR) database prior to any award. To register or upgrade you firm?s profile, see the Government?s website http://www,ccr.gov. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: 22nd Street South & 5th Avenue South, St. Petersburg, FL,
Zip Code: 33712
Country: United States of America
 
Record
SN00996032-W 20060302/060228212146 (fbodaily.com)
 
Source
FedBizOpps 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.