SOLICITATION NOTICE
C -- A/E SERVICES FOR CULINARY ARTS BUILDING AT THE EARLE C. CLEMENTS JOB CORPS CENTER
- Notice Date
- 8/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- 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
- DOL079RP20432
- Response Due
- 10/12/2007
- Archive Date
- 6/15/2008
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS NOT A REQUEST FOR PROPOSALS. This procurement will be evaluated using Brooks Act (PL-92-582) procedures. The Department of Labor, Office of Procurement Services (OPS) anticipates awarding a Firm Fixed-Price contract for ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE EARLE C. CLEMENTS JOB CORPS CENTER LOCATED IN UNION COUNTY, MORGANFIELD, KENTUCKY. Solicitation No. DOL079RP20432, Due on October 12, 2007. POC: Ms. Yolanda D. Minor, (202-693-7981). This project involves A/E services for the bid phase (including, but not limited to, design review and preparation of a clean, biddable set of drawings and specifications) and construction administration of the new Culinary Arts Building at the Earle C. Clements Job Corps Center in Morganfield, Kentucky. Construction of the project is anticipated to take through August 2008. The estimated construction cost is approximately $2,778,990.00 ($208.95/SF). All A/E?s responding to this FBO must demonstrate their experience in the aforementioned building type. In addition, they must include in their submittal their experience in site adapting an existing design and delineate what are the crucial elements during the design phase to ensure a successful site adaptation. The required disciplines are: Architectural, Structural, Civil, Mechanical (HVAC & Plumbing) and Electrical. Firms must be capable of producing the design documents on AUTOCAD release 12 or higher. Specifications shall be provided in CSI format and be MS-Word compatible. Total Design Review Time is 60-80 hours. Firms that meet the requirements described in this announcement are invited to submit one (1) copy of a completed SF-330 Part II ? Architect/Engineer Qualifications to include brief resumes of key personnel expected to have major responsibilities for the project. Section H of the SF-330 shall be tailored to reflect a strong background in the design of facilities as identified above. Of the 10 required examples, 3 examples of Food Service projects are required. Section H will be used as a major evaluation factor for the firm?s qualifications as noted in (2) of the order of precedence below. One (1) current copy of SF-330 Part I ? Contract Specific Qualification is required for the prime to include projects related to the type and nature of work for which the firm was responsible, and one (1) copy of SF-330 Part I is required for EACH of its individual consulting firms, if applicable. NOTE: The SF-330 Parts I and II are to be submitted by the prime even if they are currently on file. Electronic and facsimile copies will not be accepted. The Government reserves the right to approve or disapprove of any or all proposed subcontractors and/or consultants. All information must be current and accurate for the firm or joint venture submitting SF-330?s. The SF-330 can be obtained at the following website: www.gsa.gov. Only firms that submit the forms by the deadline date of October 12, 2007, 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; (3) Capacity to Perform Work in the Required Time; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules for similar type projects, including past Job Corps Center projects, if applicable; (5) Location (preference shall be given to Project Team located in the general geographical area of the project, with knowledge of the locality of the project; and (6) Energy Efficiency/Waste Reduction Capabilities. Applicants are required to include 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 Number (DOL079RP20432) of this FBO Notice with the location/center name in Block 3 of the SF-330 Part I ? Contract Specific Qualifications. All Offerors shall be registered at the Central Contractor Registration database, www.ccr.gov. This is a 100% Small Business Set-Aside. The NAICS Code is 541310, and the Small Business Size Standard is $4.5 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 Federal Acquisitions Regulation (FAR). FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Service-Disabled Veterans-Owned, HUBZone, and/or 8(a) businesses, women-owned businesses, small disadvantaged businesses, and small businesses are encouraged to submit. Further, small businesses are encouraged to apply for HUBZone certification. Information regarding HUBZone certification can be found at http://www.sba.gov. THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL.
- Place of Performance
- Address: EARLE C. CLEMENTS JOB CORPS CENTER, 2302 U.S. Highway 60 East, Morganfield, KY 42437, (207) 389-2419
- Zip Code: 42437
- Country: UNITED STATES
- Zip Code: 42437
- Record
- SN01380929-W 20070824/070822220828 (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 |