Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2009 FBO #2701
SOLICITATION NOTICE

C -- Architectural and Engineering Design Services at the South Bronx Job Corps Center, Bronx, New York

Notice Date
4/17/2009
 
Notice Type
Presolicitation
 
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
DOL099RP20682
 
Archive Date
9/15/2009
 
Point of Contact
Olivia J Thorpe,, Phone: (202) 693-7983, Olivia J Thorpe,, Phone: (202) 693-7983
 
E-Mail Address
thorpe.olivia@dol.gov, thorpe.olivia@dol.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This project involves Architectural and Engineering (A/E) services for design and construction administration services for the phased renovation of the Main Building (Building 1) at the South Bronx Job Corps Center in Bronx, New York. The work consists of the review and update of the original design to meet current codes as well as compliance with the Scope of Work, specifically: mechanical/plumbing, electrical and architectural upgrades throughout the building. The work also includes miscellaneous site improvements such as general landscaping, drainage of pavements and connections to existing utility lines as may be required. The mechanical/plumbing component comprises the installation of new HVAC system(s) to provide thermal comfort throughtout the building. The electrical component consists of upgrades to the buildiing's power supply to support the new mechanical/plumbing system(s). The architectural component consists of historical restoration of the building's exterior stone envelope, including windows and roof replacements, as well as interior upgrades to finishes and restrooms. Building 1 has been listed as a Historic Landmark by the New York City Landmark Preservation Commission. Therefore, all work to be carried out on the exteriror of the building is to be executed with due regard for its historical character and significance. All A/E's responding to this announcment must demonstrate their experience in the aforementioned historical building renovation. The required disciplines are: Structural, Civil, Architectural, Historical Preservation, Mechanical (HVAC and Plumbing), and Electrical. Firms must be capable of producing the design documents on AutoCAD release 2000 or higher. Specificaitons shall be provided in CSI format and be MS-Word compatible. Total Design Time is one hundred twenty (120) calendar days. Firms must meet the requirements described in this announcement are invited to submit one copy of a completed SF-330 Part I and Part II - Arcitectural-Engineer Qualificaitons to include brief resumes of key personnel expected to have major responsibilties 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. Among the (10) required examples, three (3) examples of educational facilities, three (3) examples of historic renovation projects and two (2) of the order of importance listed below. One current copy of SF-330 Parts I and II are required for the Prime to include projects related to the type and nature of work for which the firm was responsible and one copy of SF-330 Part II is required for each of its individual consulting firm, if applicable. NOTE: The SF 330 Parts I and II are to be submitted by the Prime even if they are currently on file. Facsimile or other electronically-generated copies will not be accepted. Only firms that submit forms by the deadline date of May 18, 2009 will be considered for review of qualifications. Failure to submit SF 330 Parts I and II for the Prime and SF 330 Part II for each of the consulting firms 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 Personnel, which considers design capability, project management skills, and construction administration capability; (2) Specialized Experience of Assigned Project Personnel, which considers previous project experience similar to project scope, speciality subcontractors, project tools/software, and special awards;(3) Capacity to Perform Work in the Required Time which considers qualifications/experience of project manager, caliber of project team members, and adequate staff size; (4) Firm Experience/Past Performance, which considers previous projects of similar scope and value, previous experience working as a project team, and Government previous experience; (5) Location, which considers the distance of the project manager to the Center, and the distance of the project team to the Center; and (6) Energy Efficiency/Waste Reduction Capabilities, which considers green, sustainable, renewable energy resources experience. 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 considered the most highly qualified following the reference checks wil be interviewed. Applicants should include the Solicitation Number DOL099RP20683 of this FBO Notice with the location/center name in Block 3 of the SF 330 Part I - Contract Specific Qualifications. This is a 100% Small Business Set-Aside. As stated previously stated, the NAICS Code is 541310, and the Small Business Size Standard is $4.5. 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 percent (50%) of the contract performance incurred for personnel shall be expended for employees for the concern. Service-Disabled Veteran-owned small business, HUBZone, and/or 8(a) businesses, women-owned businesses, small disadvantaged businnesses, and small businesses are encouraged to submit. Further, small businesses are encouraged to apply for HUBZone certification. Information reagarding HUB-Zone certification can be found at Http://www.sba.gov. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d26376ca06033d0ea6245370bebbeb96&tab=core&_cview=1)
 
Place of Performance
Address: 1771 Andrews Avenue, Bronx, New York, 10453, United States
Zip Code: 10453
 
Record
SN01795946-W 20090419/090417220211-d26376ca06033d0ea6245370bebbeb96 (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.