SOLICITATION NOTICE
Z -- AMERICAN RECOVERY AND REINVESTMENT ACT- Job Corps Nationwide Miscellaneous Renovation Requirement (IDIQ) - ATTACHMENT A STATEMENT OF WORK
- Notice Date
- 7/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- 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-4308, Washington, District of Columbia, 20210
- ZIP Code
- 20210
- Solicitation Number
- DOL099RP20747-NATIONWIDE-CONSTRUCTION-IDIQ
- Point of Contact
- JOHNNY A. ARNOLD, II,
- E-Mail Address
-
arnold.johnny@dol.gov
(arnold.johnny@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTACHMENT A MAP OF REGIONS ATTACHMENT A STATEMENT OF WORK U.S. Department of Labor, OASAM/BOC/OPS, Division of A/E & Construction Services, Z—MAINTENANCE REPAIR, AND ALTERATION OF REAL PROPERTY TO BE PROVIDED ON A GEOGRAPHICAL LEVEL NATIONWIDE; SOLICITATION NUMBER DOL099RP20747 DUE NOT LATER THAN JULY 27, 2009 3:00 PM EDT. The Department of Labor ENCOURAGES early submittals of Technical Proposals. POC: Johnny A. Arnold, II. This project involves the construction maintenance and repair, of buildings located at Job Corps Centers through the United States and Puerto Rico. The work is to be performed on an as needed basis over the next five years. The Job Corps Centers have been divided into regions as indicated in the attachment A. Vendors physically located in the region where they propose to perform work shall receive preference over vendors that propose work and are not located in that particular region. The minimum value of a task order shall be $1,000.00 not to exceed to $5,000,000.00. All vendors responding to this FBO announcement must demonstrate their experience in miscellaneous renovation work and the Statement of Work listed in Attachment A. Firms must be capable of producing any design documents required on AutoCAD version 14 or later. Specifications shall be provided in CSI format and be MS-Word compatible. Firms that meet the requirements described in this announcement are invited to submit one original plus 4 copies of a completed capabilities statement required for the prime contractor to include projects related to the type and nature of work for which the firm was responsible. Include brief resumes of key personnel expected to have major responsibilities for the project, and one original and 4 copies. Facsimile copies will not be accepted. Only firms that submit their technical proposal by the JULY 27, 2009 3:00 PM EDT will be considered. Failure to submit a completed technical proposal will render the submission nonresponsive. Pertinent factors for consideration of qualifications, listed in order of importance, for the Project Team, are (1) Specialized Experience of Assigned Project Personnel; (2) Capacity to Perform Work in the Required Time (3) Location of Firm (preference shall be given to Project Team located in the geographical regions of the project, with knowledge of the locality of the project) (4) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability; (5) 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; and (6) Past Performance on projects utilizing integrated design energy efficient building standards. Vendors are required to include a list of three references with telephone numbers and names of contact persons with their submittal. The vendors considered the most highly qualified will have references checked. Furthermore, vendors still considered the most qualified following the reference checks will be provided task orders whereby cost proposals will be submitted. After receipt and evaluation of cost proposals, awards will be executed in a cascading manner according to the following order of concern: (1) Certified HUBZone firms; (2) Service Disabled Veteran Owned Small Business firms (3) 8(a) firms (4) Women Owned Small Business firms. This is a 100% Small Business Set-Aside. The NAICS Code is 236220 with a Small Business Size Standard of $33.5 million. Firms should indicate on the front of their Technical Proposal their small business status as defined in the FAR. FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least fifteen per cent (15%) of the cost of contract performance incurred for personnel shall be expended for employees of the concern. ALL QUESTIONS SHALL BE SUBMITTED BY JULY 14, 2009 3:00PM EDT TO Johnny A. Arrnold II at the following email address: arnold.johnny@dol.gov Further, small businesses are encouraged to apply for HUBZone certification. Information regarding HUBZone certification can be found at http://www.sba.gov. PROPOSALS ARE TO BE SUBMITTED TO THE FOLLOWING ADDRESS: U.S. DEPARTMENT OF LABOR Division of Job Corps A/E & Construction Services 2200 Wilson Boulevard Suite 102 Box 314 Arlington, VA 22201-3324 Attention: Mr. Lawrence Glover, Documents Control SOLICITATION NUMBER DOL099RP20747 NATIONWIDE IDIQ NOT LATER THAN: JULY 27, 2009 3:00 PM EDT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/Washington/DOL099RP20747-NATIONWIDE-CONSTRUCTION-IDIQ/listing.html)
- Place of Performance
- Address: VARIOUS JOB CORPS LOCATIONS, NATIONWIDE, United States
- Record
- SN01869630-W 20090711/090709235137-3c4b6df55a76a32629d5afc12e8a249a (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 |