Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2022 SAM #7474
SOLICITATION NOTICE

C -- Multiple-Award Task Order Contract (MATOC) for Architect-Engineer Services

Notice Date
5/16/2022 12:18:22 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
DOL - JCAS - AEC WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1605AE-22-N-00014
 
Response Due
5/31/2022 11:00:00 AM
 
Point of Contact
Paul M. Seivert, Phone: 3125965589
 
E-Mail Address
seivert.paul.m@dol.gov
(seivert.paul.m@dol.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government desires to procure a Multiple-Award Task Order Contract (MATOC) for Architect-Engineer Services, for the Department of Labor, Job Corps Program. The US Department of Labor, Office of Job Corps Acquisition Services, has a requirement for qualified firms to provide architect and engineer services to Job Corps Centers throughout the nation including all 50 states, D.C., and Puerto Rico.� In accordance with Federal Acquisition Regulation (FAR) 10.002(b) (2) (i), this notice is issued for the purpose of conducting market research.� Market research is being conducted to determine if there are potential businesses with the capacity and experience to perform the required work.� This Notice is not to be misconstrued as an Invitation for Bid or Request for Proposal.� There is no solicitation at this time. This notice is issued solely for information and planning purposes.� This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� This notice does not commit the Department of Labor to contract for any supply or service. The full extent of the work will be described in the solicitation, which may follow at a later date.� However, a summary of the services to be performed is provided as follows.� Typical work under the contract will include, but will not be limited to: architecture, civil engineering, mechanical engineering, electrical engineering, MEP (mechanical, electrical, plumbing) engineering, structural engineering, construction administration, inspection, master planning, general and environmental studies, value engineering, energy conservation design practices, as well as other types of A/E services. All work will be assigned and accomplished in accordance with individual task orders. The estimated magnitude of work is as follows: Typical task orders may range between (estimated) $5,000 to $3,000,000. Ordering period will be for 5 years. Maximum total for all task orders issued under this MATOC is $30,000,000. Firms interested in this requirement are requested to submit a statement of qualifications.� Your statement of qualifications shall demonstrate the capacity of your firm to perform the services described above, and should include the following information: Previous projects of similar scope and value Contractor has provided architect-engineer and contract administration (CA) services on two (2) or more major new construction projects located on operating facilities, high schools, college or similar campuses with a $1M to $30M constructed value within the last five (5) years. Contractor has provided architect-engineer and contract administration (CA) services on two (2) or more renovation projects located on operating facilities, high schools, colleges, or similar campuses with a $1M to $30M constructed value within the last five (5) years. Provide previous project examples that include the location of the project the project owner, a brief and concise description of the project scope, specialty design consultants employed, and a comparison of the construction budget versus construction award value. Project Location Contractor provides a list of states/territories in which they have completed three (3) or more projects in the last five years indicating familiarity with state and local codes, environmental conditions, economic conditions and experience/qualifications of local design consultants. Your project examples shall include the location of the project, the project owner, a brief description of the services performed.� Your synopsis should also include the date of contract award, the original and final date of contract completion. Using the previous project examples indicate the original contract price and final contract value.� The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Your submission should not exceed 10 pages.� Your response to this Notice, is due no later than May 31, 2022, by 2:00 PM EDT, and submit it via email to Paul M. Seivert, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A&E Construction, seivert.paul.m@dol.gov. �HUB Zone, small disabled veterans, small disadvantaged businesses, 8(a) businesses, woman owned small business, small businesses, and large businesses are encouraged to submit.� NAICS Code for this requirement is 541330, Engineering Services.� Acknowledgment of responses will not be made, nor will respondents be notified regarding the results of the Government�s evaluation of the information received.� The determination to proceed with the acquisition is within the discretion of the Government.��Telephone inquiries will not be accepted.� Please be reminded that a prospective Offeror interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database.� Additional information regarding contractor registration can be obtained through the following website, www.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/75ec4dcb62e74f72b95e7d3c361e2caa/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06327900-F 20220518/220516230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.