SOLICITATION NOTICE
C -- Joliet Job Corps Center, Joliet Illinois Facility Modernization
- Notice Date
- 12/16/2014
- 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-4649, Washington, District of Columbia, 20210, United States
- ZIP Code
- 20210
- Solicitation Number
- DOL-ETA-15-R-00015
- Archive Date
- 4/30/2015
- Point of Contact
- Olivia J Thorpe, Phone: (202) 693- 3578, Olivia J Thorpe, Phone: (202) 693-3578
- E-Mail Address
-
thorpe.olivia@dol.gov, thorpe.olivia@dol.gov
(thorpe.olivia@dol.gov, thorpe.olivia@dol.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Project Title: Facility Modernization, Joliet Job Corps Center, Joliet, Illinois The US Department of Labor/ETA/OCM is seeking qualified Architectural and Engineering firms with the qualificaitons called for in the synopsis below. The design drawings and specification documents for the facility modernization of the Joliet JCC have been completed and will be made available to the selected architect/engineers contractor for adaptation to the maximum extent possible. The existing design includes HVAC, plumbing, and electrical upgrades; new dedicated utility services to each building; and replacement of windows, doors and curtain walls. Review the existing documents and confirm the existing design for current code compliance. Add demolition and replacement of the roofs for Buildings A, B, C, and D. If the existing documents are found to be out of compliance, the documents will be updated and amended, to meet current codes. The objective also includes the identification and qualification of ACM and PCBs in window/door caulking and substrate through destructive testing. In addition, the objective includes the development of specifications for the procurement of modular structures needed for temporary housing of the educational facilities, the medical dental facilities and the administrative functions of the center, and the development of a phasing site plan. The estimated construction cost of this project is more than $10 million. Firms must be capable of an "AutoCAD (not older than version 2009) or newer than version 2013)" compatible electronic "CD", with drawings in PDF format as well, and be delivered to the Department of Labor by architect/engineer contractor in addition to the drawings/specification sets required. Complete specifications shall be furnished on electronic "CD" media that is Microsoft Office Word 2003 compatible. Total Design Time is 190 days. Firms that meet the requirements described in this announcement are invited to submit three copies of Standard Form 330. Your completed forms must comply with the instructions for Standard Form 330. Section H of the SF-330 shall be tailored to reflect a strong background in the design of facilities as identified above. Of the 10 required examples, 3 examples of administration/classroom space and 2 of vocational training projects are required. One example of each other type of building shall be included. Section H will be used as a major evaluation factor for the firm's qualifications as noted in Item (2) of the order of importance listed below. Two current copies of SF-330 Part I Contract Specific Qualification is required for the prime to include projects related to the type and nature of work for which the firm was responsible, and two copies of SF-330 Part I is required for each of its individual consulting firms, if applicable. Note: The SF 330 Parts I and II are to be submitted by the prime and all subcontractors even if they are currently on file. Facsimile copies will not be accepted. Only firms that submit the forms to the Attn of Olivia J. Thorpe, U.S. Department of Labor/ETA/OCM, Room N-4643, Washington, DC 20210, by the due date of January 21, 2015 by 2:00pm EST will be considered for review of qualifications. Failure to submit SF 330 Part I and II may render the submission non-responsive. Pertinent factors for consideration of qualifications, listed in order of importance, for the Project Team, are (1) Firm's experience/past performance; (2) Specialized Experience of Assigned Project Personnel; (3) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, and construction administration capability; (4) Capability and Previous Performance; which considers previous project experience, specialty subcontractors, project tools and special awards; and (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), which considers distance of project manager to the center and distance of project team to the center. 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. DOL-ETA-15-R-00015 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% Small Business Set-Aside. The NAICS Code is 541310, and the Small Business Size Standard is $ 7.5 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 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Service-Disabled Veteran-Owned, HUBZone and 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/497e13e8f9ab70916dbd772493c38d7f)
- Place of Performance
- Address: 1101 Mills Road, Joliet, Illinois, 60433, United States
- Zip Code: 60433
- Zip Code: 60433
- Record
- SN03597309-W 20141218/141216234539-497e13e8f9ab70916dbd772493c38d7f (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 |