MODIFICATION
C -- Hubert H Humphrey JOb Corps HVAC Renovations
- Notice Date
- 2/6/2014
- Notice Type
- Modification/Amendment
- 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-4649, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- DOL141RP20746
- Archive Date
- 2/22/2014
- Point of Contact
- charles, Phone: 2026933702
- E-Mail Address
-
strickland.charles2@dol.gov
(strickland.charles2@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is not a request for offer or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract for the services specified herein. Information received in response to this notice will be used to determine the availability of technically capable and otherwise responsible small business firms that express an interest in submitting offers for this anticipated procurement. Additional information regarding small business programs can be found at: http://www.sba.gov. NOTE: Telephone and/or written requests for a solicitation will not receive a response. The U.S Department of Labor/Office of Contracts Management on behalf of the Office of Job Corps, seeks the services for Architecture-Engineering (AE) design services for the Renovations and Alterations of the HVAC Systems in Buildings 1, 2, 5, and 9. The building is located at the Hubert H Humphrey Job Corps Center. This sources sought is restricted to small businesses only. All firms submitting a written Letter of Interest MUST indicate whether they are a small business (SB), HUBZone small business (HUBZone), 8(a) small business, veteran-owned small business 9VOSB), service-disabled veteran-owned small business (SDVOSB), small disadvantaged business (SDB) or woman-owned small business (WOSB) or an economically disadvantaged women-owned small business (EDWOSB). Economically disadvantaged women owned small business is a subcategory of women-owned small business concern and is a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR Part 127 and automatically qualifies as a women-owned small business concern eligible under the WOSB Program. HUBZone and 8(a) firms should provide a copy of their certification received from the Small Business Administration. Service-disabled veteran-owned small business firms should provide a copy of their certification received from the Veterans Administration. Anticipated Procurement Requirement: The work includes architect/engineering (A/E) services for the renovation, design and construction administration work in Buildings 1,2,4,5 and 9 and consists of: design of dedicated, energy efficient HVAC systems in Buildings 1,2 and,5; replacement of the existing HVAC systems in Buildings 1, 2 and 5 (both steam and other systems); providing a new heating system in Building 9; de-commissioning the steam plant in Building 4 and providing freeze protection of any remaining active water pipes running thru the de-commissioned plant space. The work shall include asbestos abatement, capping of the abandoned water lines running from Building 4 to Building 5 and provisions for a new water line from the city supply to serve Building 5, together with a separate bid package for the abatement and demolition of Building 4, removal of the oil tank and for site design of the areas affected by the demolition. The Government may elect to bid these packages together or separately. Participation will be limited to the small business categories and sub-categories listed above. The solicitation, which will be provided via hard copy on or about 02/23/2014. For information, the NAICS code relevant to this procurement is 541330 and 541310 with a small business size standard of $14,000,000 average annual revenue. The estimated price range for construction projection is between $1,000,000.00 and $5,000,000.00. Upon review of industry responses to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 8 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this Statement of Work. This documentation shall address the following: (1) Company Information: On a maximum of one page, provide the company profile to include number of employees, primary point of contact, DUNS number, CAGE Code, and statement regarding small business designation and status. (2) Resumes: On a maximum of three pages, provide 3 resumes for key personnel that would be responsible for completing the required services. (3) Relevant Experience: On a maximum of two pages, list no more than ten specific, completed, recent (within past three years) projects that demonstrate experience in the required services. List each project by a brief paragraph listing the project title, location, cost, completion date and how each project reflects experience in the required services. Again, each project shall be one paragraph in length (4) Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing "Location" and one addressing "Capacity". Entitle the first paragraph "Location" and within that paragraph indicate the location of the firm's main office and branch offices, and describe the team's knowledge and availability to work in the proposed geographical area. Entitle the second paragraph "Capacity" and within that paragraph indicate the number of employees within the firm responsible for providing architecture and engineering services. The Offeror/Contractor must demonstrate adequate inhouse staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219.14 (b)(1) Limitation on Subcontracting. The capability statement shall be sent by e-mail to the following addressJC.Lockbox@dol.gov and clearly labeled with the firm name and sources sought title DOL141RP20746 Renovations and Alterations of HVAC Systems Hubert H Humphrey Job Corps Center. Submissions must be received at the office cited no later than 3:00 pm Eastern Standard Time on Wednesday, 12 February 2014. Questions or comments regarding this notice may be addressed to Charles Strickland at Strickland.Charles2@dol.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/98b7dbbfc66be1232b4af3433f10117d)
- Place of Performance
- Address: Hubert H Humphrey Job Corps Center, 1480 N Snelling Ave, St Paul, MN, St Paul, Minnesota, United States
- Record
- SN03283087-W 20140208/140206235156-98b7dbbfc66be1232b4af3433f10117d (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 |