SOLICITATION NOTICE
C -- Architect and Engineering Services for Seismic Upgrades to Sierra Nevada Job Corps Center Gym
- Notice Date
- 7/9/2009
- 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
- DOL099RP20754-SierraNevadaGymUpgrade
- 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
- U.S. Department of Labor, BOC /OASAM/OPS, Division of A/E & Construction Services, C--ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE SIERRA NEVADA JOB CORPS CENTER LOCATED IN RENO, NEVADA. SOLICITATION NUMBER DOL099RP20745 DUE on AUGUST 24, 2009 3:00 PM EDT. POC: Johnny A. Arnold, II. This project involves A/E services for the design and construction administration of the seismic upgrade work in Building 26 with the intent of bringing the existing buildings into compliance with Presidential Executive Order 12941, dated December 1, 1994. Also included in the work is the removal and replacement of the high roof and two low roof systems; replacement of the existing HVAC system; and replacement of deteriorate roofing facia at Building 26 located at the Sierra Nevada Job Corps Center. The estimated construction cost is approximately $3,000,000.00 to $5,000,000.00. All A/Es responding to this FBO announcement must demonstrate their experience in the seismic upgrades of existing buildings, roofing systems replacement, HVAC systems replacement, and hazardous materials remediation. The required disciplines are: Architectural, Civil, Structural, Mechanical (HVAC and Plumbing), Electrical and Environmental Engineering. Firms must be capable of producing the design documents on AutoCAD version 14 or later. Specifications shall be provided in CSI format and be MS-Word compatible. Total Design Time is thirty-seven (37) calendar weeks. Firms that meet the requirements described in this announcement are invited to submit one original plus 4 copies of a completed Part I, SF-330, Contract Specific Qualifications required for the prime architect-engineer firm 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 of a current SF-330, Part II - Architect-Engineer Qualifications for itself and for each of its individual consulting firms. NOTE: The SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Section H of the SF-330 shall be tailored to reflect a strong background in the design of facilities as identified above. Section H will be used as a major evaluation factor for the firm's qualifications as noted in (2) of the order of importance below. Part I Contract Specific Qualification is required for the prime and individual consulting firms to include projects related to the type and nature of work for which the firm was responsible. Facsimile copies will not be accepted. Only firms that submit the forms by the deadline date of AUGUST 24, 2009 3:00 PM EDT will be considered. Failure to submit SF 330 Part I and Part 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) Past Performance on projects utilizing integrated design energy efficient building standards. 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 DOL09920745 of this FBO Notice with the location/center name in Block Number 3 of the SF 330 Part I - Contract Specific Qualifications. 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 FAR. FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least fifty per cent (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 NOT A REQUEST FOR PROPOSAL. SF-330'S SHALL BE DELIVERED 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 DOL099RP20745
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/Washington/DOL099RP20754-SierraNevadaGymUpgrade/listing.html)
- Place of Performance
- Address: 5005 Echo Avenue, Reno, Nevada, 89506, United States
- Zip Code: 89506
- Zip Code: 89506
- Record
- SN01869653-W 20090711/090709235152-4e5a55ce81e2e4063035eeebf8b28799 (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 |