Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2011 FBO #3617
SOLICITATION NOTICE

C -- Architect and Engineering (A&E) Design and Construction Management Support Services in Arlington, VA

Notice Date
10/18/2011
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
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
DOL111RP20406
 
Archive Date
12/31/2012
 
Point of Contact
Monica C Gloster, Phone: (202) 693-3550, Mariassa G. Dela Cerna, Phone: (202) 693-3661
 
E-Mail Address
gloster.monica@dol.gov, delacerna.marissa@dol.gov
(gloster.monica@dol.gov, delacerna.marissa@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. Department of Labor/Employment and Training Administration (ETA)/Office of Contracts Management (OCM), Division of Job Corps Procurement, 200 Constitution Avenue, NW, Room N-4308, Washington, DC 20210. C- Architect and Engineering (A&E) Design and Construction Management Support Services in Arlington, Virginia. Standard Form 330s are due on November 22, 2011. The North American Industry Classification System (NAICS) Code is 541310. This procurement is being conducted in accordance with the Brooks Act and FAR Part 36.6. THIS IS NOT A REQUEST FOR PROPOSAL. Job Corps is a national residential, educational and career technical training program for disadvantaged youth ages 16 through 24. The program is administered by the U.S. Department of Labor (DOL) to address the multiple barriers to employment faced by disadvantaged youth throughout the U.S. Job Corps provides educational, occupational, social and workplace skills training and support services. The unique combination of services provided in the Job Corps is intended to better prepare youth to obtain and hold gainful employment, pursue further education or training, or satisfy entrance requirements for careers in the Armed Forces. Job Corps operates 125 centers in 48 states, the District of Columbia and Puerto Rico. Job Corps is responsible for the design management and construction management of all Job Corps facilities nationwide. This work includes services to provide architectural and engineering technical support to the Division of Facilities and Asset Management / National Office of Job Corps (NOJC). This includes support for the design reviews at the various stages for all major new Job Corps centers and large projects, on-site construction management review of large construction projects, assistance in the further development of issues relating to the Asset Management Plan, technical assistance in the development of new engineering support and program support scopes of work, and participation in the yearly construction rehabilitation acquisition budget allocation meetings. This project involves Architect/Engineer (A&E) Design and Construction Administration/Management Support Services for the Office of the Job Corps, Division of Facilities and Asset Management. The general services to be performed will consist of 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, Rehabilitation and Acquisition Plan; 6) Design Project Management; 7) Construction Project Management; 8) Technical and Administrative Support; 9) On-Site Construction Representatives; 10) Real Estate and Asset Management Services; and 11) Information Technology Infrastructure Support. It is estimated that approximately 66 full-time personnel (2,080 hours each per year) will be needed to support the basic elements of this contract. The overall effort will encompass the overview of design and construction support for the existing 125 Job Corps Centers and associated satellite offices and centers, and 3 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. A full and complete range of expertise in A&E design and construction management, as well as technical expertise for each of the aforementioned basic work elements, is required to support these facilities and centers in the continental U.S., Alaska, Hawaii and Puerto Rico. Project management and continuous interface with the Office of Job Corps is essential. The contractor will be required to perform the contracted services through assignment of an existing lease at facilities located in Arlington, V.A. DOL holds the lease on such facilities, and will assign it to the successful contractor for the performance of this contract. A Pre-Proposal Conference will be held at 10:00 AM, on October 28, 2011, at: U.S. Department of Labor 200 Constitution Avenue, N.W. Room. No. N-4437 ABC&D Washington, DC 20210 For directions to the U.S. Dept. of Labor Building, please refer to this website: http://www.dol.gov/dol/aboutdol/visit.htm Offerors interested to attend the Pre-Proposal Conference must pre-register on or before October 27, 2011. Registration for the conference must be electronically sent via email to Crystal Brown (tel. no. 202-693-3635), at this email address: brown.crystal@dol.gov On the day of the conference, a picture I.D. issued by the Government (such as Driver's License, Passport, State I.D) is required to enter the building. Upon entering the building, please contact Crystal Brown at tel. no. (202) 693-3613, wait at the Guard's Desk so that you will be escorted to the meeting room. There will be a Reading Room at the above address, at Room N-4437-A, available only on October 31, 2011 and November 1, 2011. Offerors interested will be given one hour to view sample documents in the reading room. All interested offerors must pre-register via email to Crystal Brown (tel. no. 202-693-3635), at this email address: brown.crystal@dol.gov All questions pertaining to this solicitation must be electronically submitted in writing via email to Monica C. Gloster at gloster.monica@dol.gov and Marissa G. Dela Cerna at delacerna.marissa@dol.gov no later than later than 3:00 PM local time, November 7, 2011. Answers to offeror's questions will be published on an Amendment to this solicitation on or about November 10, 2011 at this website. No telephone calls will be accepted. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The government anticipates awarding a Cost Reimbursable contract with Firm Fixed Price labor categories, for a base year and four additional one-year option periods. Six hard copies (1 original and 5 copies) of the SF 330 Part I-Contract Specific Qualifications, are required for the prime offeror, to include projects related to the type and nature of work described above, for which the firm was responsible. Five hard copies (1 original and 4 copies) of SF 330 Part I are also required for each of the prime's individual consulting firms or subcontractors, if applicable. One original of the SF 330 Part II must be submitted from the prime offeror. Note: The SF 330, Parts I and II, shall be submitted by the prime even if such forms are currently on file with DOL. Completed SF 330s shall be submitted to the following address: Attn: Monica C. Gloster (tel. 202-693-3550) Solicitation No. DOL111RP20406 U.S. Department of Labor- ETA/OCM 200 Constitution Avenue, NW, Room N-4308 Washington, DC 20210 The due date for submission of completed SF 330s is 2:00 PM, local time on November 22, 2011. Facsimile or other electronically generated copies will not be accepted. Only firms that submit the requisite SF 330s on or before the above due date will be considered for review of qualifications. Failure to submit complete SF 330 Parts I and II will render any partial submission non-responsive and will not be further considered. Evaluation criteria (factors) for consideration of qualifications are listed in descending order of importance, with the most important criterion listed first. Sub factors are of equal importance under each criterion: •(1) Professional Key Staff Qualifications and Competence: This factor refers to professional key staff qualifications necessary for satisfactory performance of the required services. The following required key staff positions will be evaluated using the following subfactors: (a) Program Manager - The applicant must demonstrate that this person has a minimum of 15 years of managerial experience and knowledge of this type of support services contract, including 5 years of design and construction management experience related to education or training facilities at various geographical locations in the United States, plus having a U.S. professional engineering registration or being a U.S. registered architect. Knowledge and understanding of the FAR involving design and construction contracts also needs to be demonstrated; (b) Deputy Program Manager - The applicant must demonstrate that this person has a minimum of 10 years managerial experience or knowledge of this type of support services contract, including 5 years of design and construction management related to education or training facilities at various geographical locations in the United States, plus having a U.S. professional engineering registration or being a U.S. registered architect; (c) Director of Design and Construction -The applicant must demonstrate that this person has a minimum of 10 years of experience in managing multi-design and construction projects on an ongoing basis and at the same time. The applicant must demonstrate this person's ability to manage professional/technical personnel in the management of multi-design and construction projects on a nationwide basis; plus having an accredited degree in engineering or architecture, (d) Director of Asset Management - The applicant must demonstrate that this person has a minimum of 10 years experience in managing a team of professional/technical personnel for design reviews, asset management, and the long-range planning effort related to education or training facilities at various geographical locations in the United States. The applicant must demonstrate this person's knowledge of all National Building Codes, the IBC and the NFPA 101 and ADA guidelines; ( e) Director of Real Estate Services - This person needs a minimum of eight (8) years experience with extensive knowledge of Federal real property acquisition and disposition activities. Job Corps acquisition of real property is typically through purchase, transfer, or direct lease. Director must have supervisory experience and expertise in negotiations, appraisal reviews, boundary surveys and related items required for property acquisition and disposition. The Director shall have strong oral and written communications skills. This person also needs strong analytical skills and provides leadership of the real estate functions required to support the Design and Construction activities of the Job Corps program; ( f) Director of Systems Integration and Technical Support - The applicant must demonstrate that this person has a minimum of 7 years experience in the understanding of the engineering support of management information on an Oracle based data management system. In addition, qualifications must include the ability to interface design and construction data through Government web-based applications. (g) Director of Quality Control/Quality Assurance (QC/QA). The applicant must demonstrate that this person has a minimum of 10 years experience in managing a team of professional/technical personnel for deliverable quality reviews. In addition, this person must possess the ability to develop a plan that will encompass operational activities put in place to control the quality of product or service. (2) Capacity to Accomplish the Work: This factor refers to the applicant's ability to accomplish professional design management and construction management for new and renovation projects on a national scale. Evaluations will use the following subfactors: (a) The applicant must demonstrate an approach and the capability to manage design and construction projects on a nationwide basis in various stages of progress. The effort could include up to 100 design and construction projects at any one time. The applicant must describe the proposed staffing of appropriate engineers, architects, and others who will do the front-line function of design and construction management for each of the projects; (b) The applicant must demonstrate how it will provide staff support of several on-site construction managers/representatives for several large and especially difficult construction projects in various parts of the U.S.; (c) The applicant must demonstrate its capacity to accomplish the work and submit required deliverables to the Government for approval within the required amount of time; (d) The applicant must propose an organizational chart and describe how successful communications will be achieved within the proposed firm and between the proposed firm and the Office of Job Corps and the Office of Contracts Management within the Department of Labor. (3) Past Performance: This refers to the applicant's past performance on engineering support and Program Management services contracts with other Government agencies (both federal and state) and, if applicable, within the private sector, in terms of cost and schedule control, quality of work, and compliance with performance schedules. Evaluations will use the following subfactors: (a) Applicants must include a list of three past performance references with their submittals. Reference information shall include the name and phone number for a point of contact, contract number, dollar value, period of performance and a description of the work performed for each past performance reference; (b) The applicant must demonstrate its track record of teamwork among its proposed consultants or subcontractors, any innovative techniques, and general client service and cooperation in the performance of past engineering support services contracts; (c) The applicant must demonstrate its expertise in mitigating claims, litigation, and adversarial relationships (among the A/E, the general contractor, and the Government or owner) during and after design and construction projects on any level of magnitude. The Government may contact the named references, and consult other sources, for past performance information. Past Performance will be evaluated for the applicant itself, whether it was performing as a prime or subcontractor. The Government may consider the past performance information of the applicant's affiliates or proposed subcontractors if the SF 330 demonstrates that the applicant will rely significantly on the resources of such other entities in performing this work. Applicants without a record of past performance will not be evaluated favorably or unfavorably on this factor. (4) Specialized Experience and Technical Competence in the Type of Work Required: This refers to the applicant's knowledge of nationwide issues as they relate to design and construction projects, such as accessibility, historical preservation, Leadership in Energy and Environmental Design System ( LEEDS) and sustainable design concepts, energy conservation and environmental concerns from the Federal Government point of view. Evaluations will use the following sub factors: (a) The applicant must demonstrate its expertise in complying with design concerns relating to potentially six or seven historical preservation renovation projects at various Job Corps Centers, or their functional equivalent; (b) The applicant must demonstrate its expertise in responding to Section 502 Accessibility complaints from staff or students at various Job Corps Centers or their functional equivalent, and must demonstrate its expertise in developing solutions for requests to provide adequate accommodation for the disabled according to the UFAS and the ADA Act of 1992; (c) The applicant must demonstrate its understanding of LEEDS requirements and various aspects of sustainability in developing Design Scopes of Work and in reviewing designs from architectural professionals at various stages in the design process; (d) The applicant must demonstrate its understanding of Executive Order 13423 of 2007 and achieving the environmental and energy benchmarks in the design of all new facilities at all Job Corps Centers. (d) the offeror must demonstrate its ability to provide a Quality Control/Quality Assurance Plan in which the tasks are subject to a systematic and consistent review. The plan should encompass operational activities put in place to control the quality of product or service Note: Although FAR 36.602-1(a) (5) refers to "location in the general geographic area of the project and knowledge of the locality of the project," that criterion is not applicable to this procurement and will not be evaluated, since the required services will be performed on a nationwide basis. DOL will hold discussions (interviews) with the firms considered the most highly qualified to perform the required work. Discussions will be included in the evaluation, in accordance with the criteria set forth above. An Evaluation Board and the Selection Authority will identify the most highly qualified firms in a Final Selection and ranking. Courtesy (non-required) debriefings may be given following notification of Final Selection. The DOL Contracting Officer will attempt to negotiate a contract with the most preferred firm. If unable to do so, the Contracting Officer will then attempt to negotiate a contract with the next most preferred firm, and so on, until a contract is awarded. Firms shall include "A&E DESIGN and CONSTRUCTION MANAGEMENT SUPPORT SERVICES, Arlington, Virginia" in Block No. 1 and Solicitation No. DOL111RP20406 of this FBO Notice in Block No. 3 of the SF 330 Part I - Contract-Specific Qualifications. This procurement is being conducted as Unrestricted Full and Open Competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fc132bffea81b0fbc0441f6b0c882d4c)
 
Place of Performance
Address: 2101 Wilson Boulevard, Arlington, Virginia, 22201, United States
Zip Code: 22201
 
Record
SN02608914-W 20111020/111018234028-fc132bffea81b0fbc0441f6b0c882d4c (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.