Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOURCES SOUGHT

C -- Design and Construction Management Support Services

Notice Date
5/27/2011
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Employment Training Administration, Office of Job Corps, 200 Constitution Avenue, NW, N-4460, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL111RI20378
 
Archive Date
6/30/2011
 
Point of Contact
Lewis H. Weaver,
 
E-Mail Address
weaver.lewis@dol.gov
(weaver.lewis@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
OFFICE OF JOB CORPS A/E DESIGN AND CONSTRUCTION MANAGEMENT SUPPORT SERVICES DOL111RI20378 This is a SOURCES SOUGHT ANNOUNCEMENT for planning purposes only and does not commit the Government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. Market research is being conducted to determine if there are small businesses with the capabilities and experience to perform the services identified herein. The US Department of Labor is looking for firms that qualify under the Small Business Programs mentioned in the Federal Acquisition Regulation Part Subpart 19. The North American Industry Classification System Code (NAICS) is 541310, and the Small Business Size Standard is $4.5 million. Firms should contact their local Small Business Representative if there are any concerns regarding business size status. This procurement will be conducted in accordance with the Brooks Act and FAR 36.6. This contract will be a Cost Reimbursable with one base year and four 1-year options. The place of performance for this contract is a government-furnished facility in Arlington, VA. The US Department of Labor is seeking qualified Architecture and Engineering firms to provide Design and Construction Management Support Services for the Job Corps Division of Facilities and Asset Management. The overall effort will encompass the overview of design and construction for the existing 124 Job Corps Centers nationwide, associated satellite offices and centers, and three additional centers currently in design or construction, consisting of approximately 2,500 buildings and 6,500 acres of land as well as any future centers to follow. The performance of this contract involves traveling to the 124 Job Corps Centers nationwide. Pertinent factors for consideration of qualifications for Design and Construction Management Support Services include the following basic work elements: 1. Site Selection and Analysis 2. Utilization Studies 3. Facility Surveys 4. Presentation of the Construction Budget 5. Job Corps Annual Construction and Rehabilitation Plan 6. Design Project Management 7. Construction Project Management 8. Technical and Administrative Support 9. On-Site Construction Engineers (Representatives) 10. Real Estate Services 11. Information Technology Infrastructure Support Interested parties are invited to submit a capabilities statement. The response must be specific to each of the qualifications listed above to demonstrate that the respondent has the skills and experience. The submittals shall not exceed 10 pages TOTAL. A determination by the Government to proceed with the acquisition as a set-aside is the within the discretion of the Government. Telephone inquiries will not be accepted. To allow sufficient time to review responses to this notice, q uestions will not be accepted. NOTE: THIS IS NOT A REQUEST FOR PROPOSAL. Interested parties are invited to submit in writing, by the closing dated indicated below for receipt of responses, a package entitled "Statement of Qualifications/Capabilities (which must include the contractor's indication of their ability to fulfill requirements). The Statement of Qualifications/Capabilities Statement package must be transmitted under a cover. The Cover Letter must cite the following information at a minimum: 1. Response to RFI No - DOL111RI20378 2. Company Name and Address 3. Company Point of Contact (email address and telephone number) 4. Socio-Economic Status: (Large Business, Small Business, Woman Owned, Hub Zone, SDVOSB) - If your company is a SDVOSB or SDVOB, please annotated if the company is certified in www.vetBiz.gov through the Department of Veteran Affairs 5. DUNS Number: 6. Cage Code: 7. Business Size Standard/Classification; and NAICS Code Certifications 8. A brief capability and contract experience paragraph relevant to this requirement The closing date for the receipt of responses is June 15, 2011, at 2:00pm. E.D.T. Interested parties are invited to submit a detailed capabilities statement via email in PDF Format. Send your responses to Lewis Weaver at the following email address: weaver.lewis@dol.gov All contractors doing business with the Federal Government shall be registered in the Central Contractor Registration (CCR) database. The website for registration is: https://www.bpn.gov/ccr.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/DOL111RI20378/listing.html)
 
Place of Performance
Address: 2101 Wilson Boulevard, Arlington, Virginia, 22201-3062, United States
Zip Code: 22201-3062
 
Record
SN02459188-W 20110529/110527234337-083d7b897b9cda555e212f12cb89eb4e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.