Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

C -- The Design and Construction Administration of a New Cafeteria and the Demolition of Buildings 210, 220 and 328 at the Sacramento Job Corps Center in Sacramento, California

Notice Date
9/1/2015
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - Technical &Training Branch, 200 Constitution Avenue, NW, Room N-4308, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL-ETA-R-00096
 
Archive Date
2/29/2016
 
Point of Contact
Eileen L. Garnett, Phone: (202) 693-3558, Marissa G. Delacerna, Phone: (202) 693-3661
 
E-Mail Address
garnett.eileen@dol.gov, delacerna.marissa@dol.gov
(garnett.eileen@dol.gov, delacerna.marissa@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
C--ARCHITECTURAL AND ENGINEERING DESIGN SERVICES AT THE SACRAMENTO JOB CORPS CENTER LOCATED IN SACRAMENTO, CALIFORNIA. Solicitation No. DOL-ETA-15-R-00096 is DUE on October 9, 2015. POC: Eileen Garnett, Contract Specialist, (202) 693-3558. The U.S. Department of Labor, Office of Job Corps has a requirement for Architectural/Engineering design and construction administration services for the construction of a new cafeteria building and the demolition of existing buildings at the Sacramento Job Corps Center, located in Sacramento, California. This is a multi-phase project, which involves both design and construction administration services for a new cafeteria building (13,700 GSF), and the demolition of the existing cafeteria, and food storage buildings 210, 220 and 320 (14,113 GSF). The design of the new cafeteria building will include miscellaneous site improvements in the form of general landscaping, site drainage, new utility infrastructure, access/delivery drive and site/security lighting. The demolition of the existing cafeteria and food storage buildings involves the abatement of PCBs, lead paint, and asbestos-containing materials associated with the demolition of Buildings 210, 220 and 320. The services to be performed also includes sampling, testing and reporting the presence of PCBs, asbestos and lead containing materials, and the development of construction documents for the remediation, and administration of construction services during abatement. The design shall comply with identified and targeted standards established by the Leadership in Energy and Environmental Design (LEED) rating system; however, no LEED Certification is required. The estimated price range for construction is between $5 million to $10 million. Firms responding to this notice must demonstrate their experience in performing the required services. The following disciplines are required Architectural, Civil, Structural, Mechanical, Plumbing, Electrical, Commissioning, Food Service, and Environmental Engineering. Firms must be capable of producing the design documents on AutoCAD version 14 or higher. Specifications shall be provided in Construction Specifications Institute (CSI) six-digit format and must be MS Word compatible. The period of performance is 162 calendar weeks. Firms that meet the requirements described in this announcement are invited to submit two copies of a completed Standard Form 330 (SF330). Part I of the SF330 - Architect-Engineer Qualifications must include brief resumes of key personnel expected to have major responsibilities for the project. Section H of the SF-330 shall be tailored to reflect a strong background in the services as identified above. Section H will be used as a major evaluation factor for the firm's qualifications as noted under item (2) of the order of importance below. Two current copies of SF-330 Part I Contract Specific Qualifications are required for the prime to include relevant projects related to the type and nature of work for which the firm was responsible, and two copies of SF-330 Part II is required for the prime and each of its individual consulting firms, if applicable. Note: SF 330 Parts I and II are to be submitted by the prime even if they are currently on file. Facsimile copies will not be accepted. Only firms that submit the required documents by the deadline date of October 9, 2015, will be considered for review of qualifications. Failure to submit Standard Form 330 Part I and Part II will render the submission unacceptable. Pertinent factors for consideration of qualifications, listed in order of importance (1) Firm's Experience on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules for projects of similar scope and value, including past Job Corps Center projects, if applicable.; (2) Specialized Experience of Assigned Project Personnel, which considers previous project experience on similar projects, Sustainable Building design experience, specialty consultants proposed, and Project Tools and Software; (3) Qualifications of Assigned Project Personnel, which considers design capability, project management skills, commissioning capabilities and expertise, and construction administration capability; (4) Capacity to Perform Work in the Required Time, which considers previous experience working as a team, staff size/capacity, and familiarity with the area in which the project is to be performed; (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). Applicants are required to include a list of three references with telephone numbers and names of contact persons with their submittal. 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-R-00096 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 its small business status as defined in the Federal acquisition Regulation (FAR). FAR Clause 52.219-14, LIMITATIONS ON SUBCONTRACTING will apply to this solicitation. At least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Service-Disabled Veterans-Owned, HUB-Zone, and/or 8(a) businesses, women-owned businesses, small disadvantaged businesses, and small businesses are encouraged to submit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ad1f68a4fad24a3818ef11168d61904c)
 
Place of Performance
Address: 3100 Meadowview Road, Sacramento, California, 95832, United States
Zip Code: 95832
 
Record
SN03865984-W 20150903/150901235937-ad1f68a4fad24a3818ef11168d61904c (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.