SOLICITATION NOTICE
R -- Seismic Upgrades of the Los Angeles Job Corps Center
- Notice Date
- 4/17/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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-4308, Washington, District of Columbia, 20210
- ZIP Code
- 20210
- Solicitation Number
- DOL099RP20681-SeismicUpgradesLosAngelesJobCorpsCenter
- Point of Contact
- JOHNNY A. ARNOLD, II,
- E-Mail Address
-
arnold.johnny@dol.gov
- Small Business Set-Aside
- Total Small Business
- Description
- C--ARCHITECTURAL AND ENGINEERING DESIGN SERVICES – LOS ANGELES JOB CORPS CENTER IN LOS ANGELES, CALIFORNIA SF 330 APPLICATIONS FOR DOL099RP20681 ARE DUE ON MAY 19, 2009 AT 3:00 pm EDT. U.S. DEPARTMENT OF LABOR 2101 WILSON BOULEVARD – SUITE 102 ARLINGTON, VIRGINIA 22201 ATTENTION: LAWRENCE GLOVER The U.S. Department of Labor (USDOL) is seeking a qualified A/E design and construction administration services for the design of the seismic upgrades to Buildings 2, 3 and 4; and for Building 4 HVAC upgrades at the Los Angeles Job Corps Center located in Los Angeles, California. The work consists of services for the 100% design of the seismic upgrade work in Buildings 2, 3 and 4 with the intent of bringing the existing buildings into compliance with Presidential Executive Order 12941, dated December 1, 1994, and upgrades to the existing HVAC system in Building 4 at the Los Angeles Job Corps Center. Additional work shall include the 100% design of temporary classroom spaces in Building 16 to accommodate existing classroom functions during the seismic upgrade work. In addition to design, work shall include construction documentation preparation, printing, bidding services and construction administration services. The estimated design and construction range for this project is $1 million to $5 million. We are looking for a firm that qualifies under the Small Business Program mentioned in Federal Acquisition Regulation Subpart 19. Firms must be capable of producing the design documents on AutoCAD release 2000 or higher. Specifications shall be provided in CSI format and be MS-Word compatible. Six hard copies (1 original and 5 copies) of the SF 330 Part I-Contract Specific Qualifications, are required for the prime contractor, to include projects related to the type and nature of work for which the firm was responsible. Six hard copies (1 original and 5 copies) of SF 330 Part I is also required for each of the prime’s individual consulting firms, if applicable. Note: The SF 330, Parts I and II, shall be submitted by the prime even if they are currently on file. Completed SF 330s shall be submitted ONLY NO Facsimile or other electronically generated copies will not be accepted. Only firms that submit the SF 330s Parts I and II by 3:00 PM EDT, MAY 19, 2009, will be considered for review of qualifications. Failure to submit SF 330 Parts I and II will render the submission non-responsive and will not be considered further. Pertinent factors for consideration of qualifications, listed in order of importance: (1) Qualification of Assigned Project Personnel; (2) Specialized Experience of Assigned Project Personnel; (3) Capacity to Perform Work in the Required Time;(4)Firms Experience/Past Performance; (5) Location; (6) Energy Efficiency/Waste Reduction Capabilities. Applicants are required to include a list of three past performance references with their submittals (reference information shall include the name and phone number for point of contact, contract number, dollar value, period of performance and description of work performed for each past performance reference). The Project Team considered the most qualified will be interviewed. This procurement is a 100% Small Business Set-Aside. The NAICS code is 541310 and the small business size standard is $4.5 million. Questions regarding this announcement must be submitted “via email ONLY” to Johnny A. Arnold II at: arnold.johnny@dol.gov no later than 2:00 pm EDT, April 27, 2009. The firms shall indicate in Block 5(b) of the SF-330-Part II that it is a small business concern (as defined in the FAR) that meets the size standard established for this solicitation. Federal Acquisition Regulation Subpart 52.219-14, LIMITATIONS ON SUBCONTRACTING, applies to this solicitation. This procurement is being conducted in accordance with the Brooks Act. THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=34ef0706018ae2638eb2d233ff07959f&tab=core&_cview=1)
- Place of Performance
- Address: 1031 South Hill Street, Los Angeles, California, 90015, United States
- Zip Code: 90015
- Record
- SN01795775-W 20090419/090417215831-34ef0706018ae2638eb2d233ff07959f (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 |