Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

Y -- Construction of a New Center for the Iowa Job Corps Center located in Ottumwa, Iowa

Notice Date
3/5/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Division of Job Corps A&E and Construction Services, 200 Constitution Ave., N.W., Rm. N-4308, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL099RB20663
 
Archive Date
12/31/2009
 
Point of Contact
Monica C Gloster, Phone: (202) 693-7982
 
E-Mail Address
gloster.monica@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Labor is procuring services for the construction of a new Job Corps Center located in Ottumwa, Iowa. The facility will include a Welcome Center (1,490 GSF), Administration/Wellness Center (11,157 GSF), Student Services Center (8,708 GSF), Educational/Vocational Center (28,361 GSF), Kitchen/Cafeteria/Warehouse Facility (3,183 GSF), two 2-story Dormitory Buildings (60,114 GSF), and a Recreational/Gymnasium Facility (19,771 GSF). The project also includes site development of an approximately 27 acres site including grading, utility installations, site/security, lighting, sidewalks/walkways, roadways, parking areas, and landscaping. The Period of Performance begins within 14 calendar days from receipt of notice to proceed and shall be completed within 531 calendar days from receipt of Notice to Proceed (NTP). Substantial completion shall be within 486 calendar days from NTP. The estimated cost range is over $10,000,000. Plans and specification will be available on March 20, 2009, ONLY from the office of FEH Associates, Inc., 604 East Grand Avenue, Des Moines, Iowa 50309. Contact Mr. Mark Weiser, AIA at (515) 288-2000 for additional information regarding this project. Collect calls will not be accepted. Request for plans and specifications MUST be submitted in writing and directed to the A/E firm listed above to ensure proper handling of requests. Requests must be accompanied by a $500 refundable bid-deposit in the form of a check made payable to the U.S. Department of Labor. Bid Deposit Refunds will be made prior to award of a contract to those firms returning the bidding document, including plans and specifications, to the A/E in good and useable condition. Any additional shipping charges must be pre-paid, and COD requests will not be accepted. Plans and specifications, and any addenda, will also be available at several plan rooms for use by interested subcontractors and suppliers. The locations of the plan rooms, and prospective bidders list will be available from the A/E following the Pre-Bid Walk-thru. A Pre-Bid Walk-thru is scheduled for April 7, 2009 at 1:00 PM, CST. This will be the only opportunity to visit the job site prior to submission of bids. The Bid Opening date is scheduled for May 12, 2009 at 2:00 PM, CST at the A/E's office mentioned above. The North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 Million. This is a 100% Small Business Set-Aside Acquisition. Bidders desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing no later than ten (10) calendar days before the bid opening. This is necessary to allow a reply to reach all prospective bidders before the submission of their bids. Bidders unable to comply within the (10) calendar days requirement should bid the contract according to your best interpretation of the plans, specifications, and amendments. PROSPECTIVE BIDDERS ARE INCOURAGED TO BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR). Information regarding registration can be found at http://ww.ccr.gov. This procurement is being funded under the American Recovery and Reinvestment Act (ARRA), PL. 11-5 (February 17, 2009). While funds are not presently available within the Department of Labor to fund this project, we anticipate funds will become available by 1 April 2009. If ARRA funds are not made available, this action may be cancelled.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e6a6579f9bb671122d0cfb87b74d2476&tab=core&_cview=1)
 
Place of Performance
Address: College and 6th Ave., Ottumwa Industrial Airpark, Ottumwa, Iowa, 52501, United States
Zip Code: 52501
 
Record
SN01762778-W 20090307/090305220625-e6a6579f9bb671122d0cfb87b74d2476 (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.