SOLICITATION NOTICE
C -- New Cafeteria/Culinary Building, Renovate Buildings, A, X and N at the Shreveport Job Corps Center located in Shreveport, Louisiana
- Notice Date
- 5/9/2011
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4308, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- DOL111RP20361
- Archive Date
- 4/9/2012
- Point of Contact
- Monica C Gloster, Phone: (202) 693-3550
- E-Mail Address
-
gloster.monica@dol.gov
(gloster.monica@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This project involves A/E services for design and construction administration services of a new two story cafeteria building, a new warehouse/carpentry building, and renovations of Building A, X and N at the Shreveport Job Corps Center. The two story cafeteria/culinary arts building, will total approximately 17,000 gross square feet (GSF) with a 5,900 square feet truck turnaround, and a paved recreation area with seating and landscaping of approximately 2,000 square feet. The new warehouse/carpentry building will be approximately 10,500 GSF and the renovation of Building A will entail renovations for medical/dental, Career Development Services System (CDSS), and classrooms. The renovation of Buildings X and part of N will be for maintenance. Welding in Building N will not require renovation. Miscellaneous demolition work of existing buildings to make space for the new buildings is also included. The extent of work is described in section IV of the scope of work. Total design time is thirty-three (33) calendar weeks. Firms that meet the requirements described in this announcement are invited to submit one original plus 2 copies of a completed Standard Form 330 (SF 330); Part I Contract Specific Qualification, required for the prime architect-engineer firm to include projects related to the type and nature of work for which the firm was responsible. Also, to include brief resumes of key personnel expected to have major responsibilities for the project, and one original and 2 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. Facsimile copies will not be accepted. Only firms that submit the forms by the due date of 06/09/2011 will be considered for review of qualifications. Failure to submit SF 330 Part I and II will render the submission unacceptable. Please submit your qualifications to: the U.S. Department of Labor/ETA/OCM/Division of Job Corps Procurement, 200 Constitution Avenue, NW, Room N-4308, Washington, DC 20210; Attn: Monica Gloster, Contract Specialist. 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; (5) L ocation (preference shall be given to the project team located in the general geographical area of the project, with knowledge of the locality of the project); (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 No. DOL111RP20361 of this FBO Notice with the location/center name in Block No. 3 of the SF 330 Part I - Contract Specific Qualifications. This is a 100% Total Set-Aside for Small Business. 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 small businesses, small disadvantaged businesses, and small businesses are encouraged to submit. Further, small businesses are encouraged to apply for HUB Zone certification. Information regarding HUBZone certification can be found at http://www.sba.gov. THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5a56b0b1a3630ae2d093aacafd041ab6)
- Place of Performance
- Address: 2815 Lillian Street, Shreveport, Louisiana, 71109, United States
- Zip Code: 71109
- Record
- SN02442880-W 20110511/110509234211-5a56b0b1a3630ae2d093aacafd041ab6 (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 |