Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2007 FBO #2014
SOLICITATION NOTICE

C -- ARCHITECTURAL AND ENGINEERING SERVICES AT THE MANCHESTER JOB CORPS CENTER LOCATED IN MANCHESTER, NEW HAMPSHIRE

Notice Date
5/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, DC, 20210-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
DOL079RP20383
 
Response Due
7/2/2007
 
Archive Date
2/8/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This project involves A/E services for design and construction administration of a new Job Corps Center of approximately 145,000 gross square feet to be located in Manchester, New Hampshire. The project consists of seven to ten buildings to include; dormitories, educational/vocational, food service, gymnasium/recreational, medical/dental, administration and storage/maintenance facility. The work also involves 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, previously completed design for another location. Firms responding to this FBO must demonstrate their experience in the aforementioned building types. In addition, they must also 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 & Plumbing) 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 26 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 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 its 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. Completed forms shall be submitted to The U.S. Department of Labor/OASAM, Office of Procurement Services, Division of Job Corps A&E and Construction Services, 200 Constitution Avenue, N.W., Room N-4308, Washington, D.C. 20210, Attn: Eileen Garnett, Contract Specialist. Only firms that submit the forms by the deadline date of July 2, 2007, 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 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. DOL079RP20383 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 $4.5 million. The firm shall indicate in Block 5(b) of the SF-330-Part II that it is a small business concern as defined in the FAR. Subpart 52.219-14 of the FAR, 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 Veterans-Owned, HUB-Zone, and/or 8(a) businesses, women-owned businesses, small disadvantaged businesses, and small businesses are encouraged to submit. Small business concerns are encouraged to apply for HUB-Zone certification. Information regarding HUB-Zone certification can be found at http://www.sba.gov. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: Manchester, New Hampshire
Zip Code: 03102
Country: UNITED STATES
 
Record
SN01306301-W 20070602/070531220624 (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.