Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

Y -- Design-Build Services for a New Vocational Annex at the Alaska Job Corps Center located in Palmer, Alaska

Notice Date
4/25/2012
 
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
DOL121RP20494
 
Archive Date
9/28/2012
 
Point of Contact
Monica C Gloster, Phone: (202) 693-3550
 
E-Mail Address
gloster.monica@dol.gov
(gloster.monica@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 May 2, 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-Build Services for the Alaska Job Corps - New Vocational Annex, in Palmer, Alaska. This project entails: New Construction - The new vocational building will total approximately 5,900 gross square feet. The work shall also include miscellaneous site improvements in the form of general landscaping, concrete walkways, parking, site drainage, connection to all utility lines and site/security lighting for the new building. The extent of the work is described in Section IV of the scope of work. The design-build contractor shall use the existing March 2005 design documents provided by the Department of Labor as the basis for design. The design-build contractor, using the existing documents, will develop new documents, as required, to (a) ensure design compliance with current code and, (b) comply with the requirements as established by the Guiding Principles for Sustainability or similar high performance sustainability goals. The design-build firms responding to this announcement must demonstrate their experience in site and building design and construction including, but not limited to, roofing systems, HVAC systems, electrical systems, plumbing systems, life safety systems, and sustainable building design. The required disciplines are: Architectural, Civil, Structural, Mechanical (HVAC and Plumbing), Electrical, and Commissioning. Design-build 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. 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 May 2, 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. Pertinent factors for consideration of qualifications, listed in order of importance, for the Project Team, are; (1) Management, which considers organization and management structure of the design-build team, contractor key personnel qualifications, A/E key personnel qualifications, Quality Control Management and procedures for design and construction, design-build teams approach to project safety, and techniques for maintaining on-time schedule performance; (2) Past Performance and Experience, which addresses examples of previous projects of similar scope and value, previous experience working as a project team, firm's recent experience in meeting completion schedule for similar projects; (3) Preliminary Technical Design Approach, which addresses the design-build teams understanding of the scope of work, the design features proposed for incorporation, a preliminary code analysis of the existing design and proposed revisions, and high performance and sustainability components and features proposed for incorporation; (4) Schedule, which provides the design-build contractor's preliminary CPM Schedule with key milestone activities, and schedule narrative describing the design-build contractor's approach to scheduling the project and addressing such items as weather constraints, permitting, and work. POINTS OF CONTACT: The primary point of contact for this notice is Monica Gloster at email gloster.monica@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 31, 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/4cec479296f5997e91ce8fffeb1452f9)
 
Place of Performance
Address: 750 Cope Industrial Way, Palmer, Alaska, 99645, United States
Zip Code: 99645
 
Record
SN02730539-W 20120427/120425234957-4cec479296f5997e91ce8fffeb1452f9 (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.