Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 19, 2015 FBO #4863
SOLICITATION NOTICE

C -- A/E Services for Demolition of Buildings 801, 806 and 871 at the Edison Job Corps Center

Notice Date
3/17/2015
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Employment Training Administration, Office of Contracts Management, 200 Constitution Avenue, NW, N-4649, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL-ETA-15-R-00054
 
Archive Date
5/1/2015
 
Point of Contact
Bryan N. Ramso,
 
E-Mail Address
ramso.bryan@dol.gov
(ramso.bryan@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Project Description/Synopsis The work involves A/E design and construction administration services (CA) for the historic recordation, HAZMAT abatement and demolition of Buildings 801, 806 and 871 at the Edison Job Corps Center. The project shall consist of the following: HABS III recordation, historic narrative report, interpretive signage design, HAZMAT survey and report, NEPA scoping letters and report, design document preparation and construction administration services for the abatement and demolition of Buildings 801, 806 and 871. Estimated Value Between $100,000 and $300,000 Contract Information NAICS 541310 (Architectural and Engineering Services) applies to this acquisition with a size standard of $7.50M. THIS IS NOT A REQUEST FOR PROPOSAL The Government anticipates awarding a Firm Fixed Price contract from this synopsis. 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 the resulting solicitation. Offers are only to be solicited from 100% HUBZone Small Business concerns expressly certified by the Small Business Administration (SBA) and listed in the Small Business Administration Repository at http://dsbs.sba.gov/dsbs/search/dsp_searchhubzone.cfm. The Brooks Act selection procedures implemented according to FAR Subpart 36.6, will be used to competitively award one firm fixed price type contract under FAR Part 15 Negotiated Procedures and FAR Part 36 for Construction and A-E services. Teaming Agreements: The prime firm shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members as part of the SF-330 submittal. The statement shall also list all team members. Contractor teaming arrangements are defined as (1) a partnership or joint venture between two or more companies or (2) an agreement for a specific Government opportunity between a potential prime contractor and one or more companies that are potential subcontractors. Additional submittal requirements for teaming agreements are provided under Attachment 1, A-E Submission Requirements. All firms are advised that registration in the SAM Central Contractor registration (CCR) database is required prior to award of a contract. Failure to register in the SAM CCR database may render your firm ineligible for award. For more information, check the SAM Website: http://www.sam.gov. Selection Criteria Each firm must demonstrate their (including subcontractor) qualifications with respect to the selection criteria listed below. SF-330s will be evaluated to determine the most highly qualified firm/team based on submitted SF-330 responses. Failure to provide requested data or comply with the instructions in this synopsis (including attachments) and SF-330 instructions could result in a firm considered being less qualified or eliminated from consideration. Specific evaluation criteria include: 1. Firm's Experience/Past Performance : Previous experience on projects of similar scope and value; cost control, project schedule and quality of work; Government and/or DOL previous experience. 2. Specialized Experience of Assigned Project Personnel : Previous project experience similar to this project’s scope; Historic preservation expertise; Project tools and software; Design capability; Project Management skills; Construction Administrative expertise. 3. Capacity to Perform Work in the Required Time : Previous experience working as a project team. Submission Requirements Facsimile copies will not be accepted. Only firms that submit the forms by the proposed due date of April 16, 2015, will be considered for review of qualifications. A-E firms that meet the requirements described in this announcement are invited to submit three (3) copies of a completed SF 330 and the information requested below to the Department of Labor, Office of Contract Management Attn: Bryan Ramso, 200 Constitution Ave, NW 20210, no later than April 16, 2015, by 6 pm Eastern Standard time. Total page count of the SF 330, Part I (including all attachments) must be limited to 40 pieces of paper (80 pages front and back), numbered consecutively from 1 to 80. A Table of Contents and tabs may be included and not counted towards the 80 page limit. The SF 330 shall be submitted on double-sided sheets of paper, using 12 point Times New Roman style font in narrative elements, and a minimum of 10 point Times New Roman style font in tables. Page size shall be 8.5 X 11 inches. There is no page limit to the SF 330 Part II for each subcontractor. Submission shall be bound in a 3-ring binder. Firms shall state in SF 330 Block 5b if they are a small business according to the NAICS 541310 size standard ($7.5 million) and a certified HUBZone firm. Applicants should include Solicitation No of this FBO Notice, with the location/center name in Block No.3 of the SF 330 Part 1- Contract Specific Qualifications. This is a HUBZone set-aside for 100% Small Business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/ETA/OJC/DOL-ETA-15-R-00054/listing.html)
 
Place of Performance
Address: Edison Job Corps Center, 500 Plainfield Avenue, Edison, New Jersey, 08817, United States
Zip Code: 08817
 
Record
SN03670675-W 20150319/150317235731-de7d4d59adf95daf14eedc7e60a5628d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.