Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

Y -- Site Adapt at Finch-Henry JCC (New 68 bed Dormitory)

Notice Date
3/27/2012
 
Notice Type
Presolicitation
 
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
DOL121RP20482
 
Archive Date
5/23/2012
 
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
PURPOSE: The following is a pre-solicitation synopsis of a proposed contracting action in accordance with Federal Acquisition Regulation (FAR) 5.201. This is not a request for proposals and no responses will be made to requests for solicitation documents. The solicitation is estimated to be issued on or about April 10, 2012 and will be posted to the Government Point of Entry at http://www.fbo.gov. No reimbursement will be made for any costs associated with providing information in response to this announcement; nor will any follow-up information be provided. 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 and Construction Services for a site adapt for a new dormitory at the Finch-Henry Job Corps Center, Batesville, Mississippi. This project entails: The work involves design-build services to site adapt a prototype design and to construct a new 68 Bed Dormitory. The 68 Bed Dormitory, totaling approximately 13,500 gross square feet, shall be designed and constructed through site adaptation using prototype designs provided by the U.S. Department of Labor. The work shall be designed and constructed to comply with requirements as established by the Guiding Principles for Sustainability or similar high performance sustainability goals. A formal LEED Certification is not required. The work shall also include the design of miscellaneous site improvements in the form of general landscaping, roads, parking, drainage, connection to all utility lines and site/security lighting for the new building and other areas as well as reconnection of all domestic and fire protection water taps, and repair or replacement of all required fire hydrants based on design layout. The extent of work is described in section III of the scope of work. 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. Any resultant contract will be a Firm Fixed Price (FFP) contract. The solicitation will be issued as a 100% HUBZone set-aside. The magnitude of this procurement is between $1,000,000 and $5,000,000. This magnitude range does not reflect the proximity of the actual estimated cost. 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/. The solicitation will be posted, on or about April 10, 2012, and can be viewed by going to FBO's web site. 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 will be scheduled for this requirement; details regarding the conference will be outlined in the Solicitation. The tentative date proposals will be due is currently May 08, 2012 (3:00 PM EST). A firm proposal date will be established upon issuance of the solicitation. 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/772b653b9bc01caad8e2b2f95980eee6)
 
Place of Performance
Address: Finch-Henry Job Corps Center, 821 Highway 51 South, Batesville, Mississippi, 38606, United States
Zip Code: 38606
 
Record
SN02706895-W 20120329/120327235608-772b653b9bc01caad8e2b2f95980eee6 (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.