Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2011 FBO #3616
MODIFICATION

Y -- Design-Build Services to construct a New Welcome Center at the Atterbury Job Corps Center - Amendment 2

Notice Date
10/17/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4308, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL111RP20407
 
Archive Date
11/30/2011
 
Point of Contact
Ronette C. McBean, Phone: 2026933702
 
E-Mail Address
mcbean.ronette@dol.gov
(mcbean.ronette@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Water Distribution System(1) Vocational Training Facilities Phase II(1) New Dormitory (3) New Dormitory (2) New Dormitory (1) Dormitory Complex(1) Dormitory Building(4) Dormitory Building(3) Dormitory Building(2) Dormitory Building(1) Academic Building(3) Academic Building(2) Academic Building(1) Amendment 0002 - DOL111RP20407-0002 PURPOSE : The Department of Labor has a requirement for a Firm Fixed price Design-Build project. Work shall be accomplished at the Atterbury Job Corps Center in Edinburg, Indiana. The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction, with a Small Business Size Standard of $33.5 million in average annual receipts. The solicitation has been set-aside for 100% HUBZone Small Businesses. The magnitude of this contract is between $1,000,000 and $5,000,000. This magnitude range does not reflect the proximity of the actual estimated cost. Any resultant contract will be a Firm Fixed Price (FFP) contract. PROJECT INFORMATION : The U.S. Department of Labor (DOL) is seeking expressions of interest from potential offerors who possess current and relevant experience, personnel and capabilities necessary to perform Design-Build Services to construct a New Welcome Center at the Atterbury Job Corps Center in Edinburg, Indiana. This project entails: The demolition of an Indoor Swimming Pool; design and construct of a new water distribution system; and the design and construction/installation of miscellaneous site improvements in the form of general landscaping, roads, parking lots, fencing, drainage, connection to all utility lines and site/security lighting for the new building and other areas; also included are reconnection of all domestic and fire protection water taps, and repair or replacement of all required fire hydrants based on design layout. In addition, the work will include the design and construction of the new soccer field and running tracks as well as the baseball field. The U.S. Small Business Administration (SBA) currently has a program that can provide surety bond guarantee on a Federal contract to small business up to $2M. For more information please contact Pam Swilling: (202) 205-6546 U.S. Small Business Administration Office of Surety Bond Guarantee 409 3 rd Street SW, 8 th Floor Washington, DC 20416 Website: www.sba.gov/osg All interested firms shall complete the online registration instructions at the Commercial and Government Entity (CAGE) website http://www.dlis.dla.mil/cage_welcome.asp to obtain a CAGE/NCAGE code number. A DUNS number from Duns and Bradstreet is required to establish a CAGE code. All interested firms must be registered in the CCR website http://www.ccr.gov/. FIRMS RESPONDING WILL BE CHECKED THROUGH THE SBA DYNAMIC SMALL BUSINESS SEARCH SITE http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm to determine their Small Business certification by SBA. The solicitation will be available ONLY via the Internet at the following address: https://www.fbo.gov/. BASIS FOR CONTRACT AWARD : Selection will be made on a competitive best value source selection. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and technical requirements. All such offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. POINTS OF CONTACT : The primary point of contact for this notice is Ronette C. McBean at e-mail mcbean.ronette@dol.gov. A pre-proposal conference has been scheduled for this requirement; details regarding the conference have been outlined in the Solicitation. Proposals are currently due November 15, 2011 (3:00 PM EST). THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b1c003f42947a311170993844fa511b)
 
Place of Performance
Address: Atterbury JCC, 1025A Hospital Road, Edinburg, Indiana, 46124, United States
Zip Code: 46124
 
Record
SN02608201-W 20111019/111017234046-8b1c003f42947a311170993844fa511b (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.