Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2007 FBO #1986
SOURCES SOUGHT

R -- Construction Management Support Services

Notice Date
5/3/2007
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Division of Job Corps A&E and Construction Services, 200 Constitution Ave., N.W., Rm. N-4655, Washington, DC, 20210, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DOL079RI20362
 
Response Due
6/4/2007
 
Archive Date
12/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT to be used for Market Analysis only to determine whether a minimum of 3 highly qualified Architect/Engineer (A-E) firms are capable of performing all of the stated types of A-E services, exists within the small business community. ONLY SMALL BUSINESS FIRMS SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with FAR Part 36. This Procurement will be conducted under North American Industrial Classification Code (NAICS) 236220. The Small Business Size Standard for this code is $31,000,000.00. To be considered a Small Business under this NAICS Code, the respondents? average revenue for the last three fiscal years can not be more than $31,000,000.00; if the average revenue for the last three fiscal years is over $31,000,000.00, the respondent is a Large Business. All respondents, in their response to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether their firm is a small business, 8(a) Program participant, HubZone Small Business, Small Disadvantaged Business, Woman-Owned Small Business, Veteran-Owned Small Business, or Service Disabled Veteran-Owned Small Business. Joint-Ventures may be considered if approved by the Small Business Administration (SBA) prior to any award. Proposed Joint Venture (JV) submittals should include evidence demonstrating that the proposed JV entity will meet the requirements of the Small Business Act and other applicable regulatory requirements. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The type of contract is expected to be a Firm Fixed Price, 5 Year/$75M Total (Base Year and 4 Option Years, each for approximately $15M), contract. If the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION: The services to be performed will consist of the following basic work elements and tasks, but not limited to: 1) Site surveys/assessments and Utilization Studies of both existing and potential new Job Corps Centers; 2) Development of Environmental Assessment reports according to NEPA when required; 3) Facility Survey reports and inspections; 4) Disability/accessibility studies; 5) assist in the procurement of A/E design services and construction services for all projects; 6) Over-all project management for design and construction contracts issued by the U.S. Department of Labor; 7) Limited on-site construction management and monitoring; 8) Project cost control, cost estimating and scheduling; 9) Presentation of the CRA budget and Inventory of Needs for each Program Year; 10) Assist in the management of the DOL Real Property Asset Management Plan and database; 11) Assist in the management of all DOL historic constructed assets through the Section 106 process; 12) Assist in the negotiations for site acquisition, continuing management and disposal of Real Property used by the Job Corps Program, continue the monitoring of all existing leased properties within the Job Corps program; 13) Energy audits and the issuance of a Quarterly Energy report and a Yearly Summary for all Job Corps facilities to the DOL. These services will be provided through a cost reimbursement type contract of a continuous nature for the period starting in September 2007 thru September 2008 with an option to extend the contract for four, one year periods. It is estimated that approximately 75 person years of effort will be needed to support the basic elements of this contract. The Office of the Assistant Secretary for Administration and Management (OASAM) intends to select one (1) contractor for this project. It is contemplated that the successful offeror will be a single firm capable of providing all services in-house. The overall effort will go into the support of design and construction efforts of the 123 Job Corps Centers consisting of approximately 3,500 buildings (24.6 million GSF) on 7,530 acres of land. A full and complete range of expertise in design and construction management, as well as technical expertise is required to support these facilities and centers in the continental US, Alaska, Hawaii and Puerto Rico. The successful firm will be required to utilize and maintain the current data system which contains Facility Survey reports, scopes of work and CRA budget data. The ADP/LAN system consists of Window Servers which all HP/Compaq Proliant Servers are running Microsoft Windows 2000 and Windows 2003. The in-house Oracle database resides on a Sun Enterprise 420 server running Solaris 8. It also consists of a Cisco 3660 router using a vBNS circuit, a CISCO 4006 and CISCO 2948G switches. Finally, as a part of the LAN, the offeror will be connected by dedicated T1 data communication lines to the National and Regional Offices of Job Corps. Windows XP Professional is the Office of Job Corps standard network operating system. The successful offeror must demonstrate that the firm has the capability to utilize and maintain the existing management information system data. Information Technology management and continuous interface with the Office of Job Corps National Office is essential. Therefore, the successful offeror will be required to perform the contracted services in a facility located at 2101 Wilson Boulevard, Arlington, Virginia. 3. EVALUATION CRIETERIA: QUALIFICATIONS: Interested Small Business firms must have the capability to perform, and must have a minimum of five years of experience in the following essential areas of expertise and in no particular order of importance: 1) Past recent experience of the firm in each of the basic work elements; 2) Professional qualifications of key staff members necessary for satisfactory performance of the required services; 3) Specialized experience and technical competence in the type of work required; 4) Capacity of the firm to accomplish the work in the required time; 5) Past performance on contracts with other government agencies and within the private sector in terms of cost and schedule control, quality of work and compliance with performance schedules (include references, contract numbers, dollar amounts and names and telephone numbers of contract persons); 6) Location of staff and branch offices; 7) Ability to accomplish professional design management and solid construction management of projects on a national scale; 8) Knowledge of national issues as they relate to design and construction such as accessibility, environment, LEED and sustainable design, historical preservation, energy conservation, etc.; 9) Adequacy of proposed organization chart and how communication is achieved within the firm and to the client (breakdown of work element responsibility); 10) Understanding of the FAR such as: contract preparation, claims and disputes, contract administration, A/E selection procedures, construction bid procedures and project delivery strategies such as, design/build and best value. A Pre-Submittal conference is anticipated approximately 30 days from the date of this notice. Firms desiring consideration are required to submit a SF 330, Parts 1 and 2 and prepare a separate Part 2 for each of their subcontractors for the team. All interested SMALL BUSINESS parties are encouraged to respond to this notice by submitting statements of qualifications following the instructions below. The responses must be specific to each of the qualifications listed above to show that the respondent meets each qualification or has the skills and experience; if a response does not show that the respondent meets each of the qualifications, it will not be considered by the Government. The submittals must NOT exceed 10 pages, TOTAL. Again, this is NOT a request for competitive proposals or quotations; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a Set-aside for the 8(a) Program, HubZone, Small Business, or Unrestricted, is within the discretion of the Government. All responses are due to the US Department of Labor, ATTENTION: Ms. Paula Miller-Sheelor, 200 Constitution Avenue, NW, Room N4653, Washington, DC 20210, NOT LATER THAN 4 June 2007.
 
Place of Performance
Address: Arlington, VA
Zip Code: 22201
Country: UNITED STATES
 
Record
SN01286744-W 20070505/070503220513 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.