Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2012 FBO #3779
SOLICITATION NOTICE

C -- Architectural and Engineering Design Services for a new Medical/Dental Building at the Tongue Point Job Corps Cetner, Astoria, Oregon

Notice Date
3/28/2012
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering 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
DOL1221RI20469
 
Point of Contact
Olivia J Thorpe, Phone: (202) 693-3578, Olivia J Thorpe, Phone: (202) 693-3578
 
E-Mail Address
thorpe.olivia@dol.gov, thorpe.olivia@dol.gov
(thorpe.olivia@dol.gov, thorpe.olivia@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
This project involves architect/engineer services for the design and construction administration of a new medical/dental building at the Tongue Point Job Corps Center. The building will be a single-story building total approximately 5,200 gross square feet. The work shall also includes abandonment of Building No. 19. Work related to Building No. 19 shall include blocking of all entries to Building No. 19 and the termination of utility service. Also included are 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. The work shall be designed and constructed to comply with the requirements as established by the Guiding Principles for Sustainability or similar high performance sustainability goals. A formal LEED Certification is not required. The estimated construction cost is approximately $1-5 million dollars. Firms responding to this announcement must demonstrate their experience in site and building design including, but not limited to, roofing systems, HVAC systems, kitchen equipment and food service systems, electrical systems, plumbing systems, life safety systems, and LEED. The required disciplines are: Structural, Civil, Architectural, Mechanical (HVAC and Plumbing), and Electrical. Firms must be capable of producing the design documents on AutoCAD version 14 or later. Specifications shall be provided in CSI format and be MS-Word compatible. Firms that meet the requirements described in this announcement are invited to submit one original plus four (4) copies of a completed Part I Contract Specific Qualification required for the prime architect-engineering firm to include projects related to the type and nature of work for which the firm was responsible to include brief resumes of key personnel expected to have major responsibilities for the project, and one original and four (4) copies of a current SF-330 Part II - Architect-Engineer Qualifications for the prime and all individual consulting firms. NOTE: The SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Section H of the SF-330 shall be tailored to reflect a strong background in the design of facilities as identified above. Section H will be used as a major evaluation factor for the firm's qualifications as noted in (2) of the order of importance below. One current copy of SF-330 Part I Contract Specific Qualification is required for the prime and individual consulting firms to include projects related to the type and nature of work for which the firm was responsible. Facsimile copies will not be accepted. Only firms that submit the forms by the deadline date of 4/26/2012, 3:00 pm, EST. will be considered for review of qualifications. Failure to submit SF 330 Part I and II will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance, for the Project Team, are (1) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability; (2) Specialized Experience of Assigned Project Personnel, which considers Green/Sustainable building project experience, experience in the design and construction administration of projects of similar nature and scope, specialty subcontractors as part of the design team, project tools and software to be implemented during the design and construction administration phases, and design awards; (3) Capacity to Perform Work in the Required Time, which considers the qualifications and experience of the prime and subcontractor project managers, the caliber of the prime and subcontractor key personnel, and the staff size of the prime and subcontractor firms; (4) Firms/Experience/Past Performance, which considers proposed design team previous experience on contracts of similar scope and value, previous experience of proposed design team having worked on previous projects together, and previous Government contract experience including past Job Corps Center projects, if applicable; (5) Location, which considers the location of the prime and subcontractors relative to the location where work will be performed; and (6) Green/Sustainable Building Design, Energy Efficiency and Waste Reduction, which considers previous project experience incorporating green/sustainable building design integration and principles. Applicants are required to provide a list of three references with telephone numbers and names of contact persons with their submittal. The Project Teams considered the most highly qualified will have references checked. Project Teams still considered the most qualified following the reference checks will be interviewed. Applicants should include the Solicitation No. DOL1221RI20469 of this FBO Notice with the location/center name in Block No. 3 of the SF 330 Part I - Contract Specific Qualifications. This is a 100% Small Business Set-Aside. The NAICS Code is 541330, and the Small Business Size Standard is $14.0 million. The firm should indicate in Block 5(b) of the SF-330-Part II that it is a small business concern as defined in the FAR. FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least fifty per cent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This is a HUB Zone Competiive 100% Small Business Set-Aside. Further, small businesses are encouraged to apply for HUB-Zone certification. Information regarding HUB-Zone certification can be found at http://www.sba.gov. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17259407be59b0b15202ed61aa339cce)
 
Place of Performance
Address: Tongue Point Job Corps Center, 37573 Old Highway, No. 30, Astoria, Oregon, 97103, United States
Zip Code: 97103
 
Record
SN02708289-W 20120330/120329000022-17259407be59b0b15202ed61aa339cce (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.