Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2022 SAM #7491
SOURCES SOUGHT

Z -- Magnolia Hall Renovations at the Gulfport Job Corps Center located in Gulfport, Mississippi

Notice Date
6/2/2022 12:49:06 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DEPARTMENT OF LABOR (OASAM) WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1605AE-22-N-00015
 
Response Due
6/15/2022 11:00:00 AM
 
Archive Date
12/01/2022
 
Point of Contact
eileen garnett, Phone: 2026933558, Monica Gloster, Contracting Officer, Phone: 2026933550
 
E-Mail Address
garnett.eileen@dol.gov, gloster.monica@dol.gov
(garnett.eileen@dol.gov, gloster.monica@dol.gov)
 
Description
The US Department of Labor, Office of Job Corps, has a requirement for a qualified firm to provide design/build services for the Renovation of Magnolia Hall at the Gulfport Job Corps Center located in Gulfport, Mississippi. THIS IS A SOURCES SOUGHT NOTICE. In accordance with the Federal Acquisition Regulation (FAR) 10.002(b)(i), this notice is issued for the purpose of 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 is a request for information and not a request for proposal; submission of any information in response to this market survey is purely voluntary. The government will assume no financial responsibility for any costs incurred. The full extent of the required services will be described in the solicitation, which may follow at a later date. However, a summary of the services is provided as follows. The work involves design-build (design and construction) services for restoration of the interior water and mold damaged of Building 10, Magnolia Hall. Work includes, but is not limited to: Interior renovation: remove and replace ceilings both gypsum wall board and drop ceilings; attic insulation, floors, carpet, vinyl, and ceramic tile; all interior doors, exterior doors less aluminum store front entry systems; remove and replace all exterior windows less storefront entry system; interior mechanical systems and duct work including duct and pipe insulation; interior electrical devices and panel boards (lights, electrical plugs); interior fire alarm devices and central annunciator system; clean and paint interior masonry demising walls. Exterior Repair: repair/replace masonry walls as required to remove and install new steel fire labeled frames. Repair walls to match existing wall mortar joints, and cleaning of masonry veneer walls. Design, repair/replacement details for windowsills and lintels, and sequence of work. All masonry repairs to match existing brick and mortar size, shapes, and colors. The estimated price range is between $1,000,000 and $5,000,000. Firms interested in this requirement are requested to submit a statement of qualifications. Your statement of qualifications should demonstrate the capacity of your firm to provide the services described above, and shall include the following information:�� 1.� Previous projects of similar scope and value Your statement of qualifications should include two or more design-build building rehabilitation projects with a $1M to $5M constructed value completed within the last five years. Include one or more projects encompassing mold remediation performed within the last five years. Your submission shall also demonstrate previous experience on projects using exterior tile work as a building fa�ade component. The location of the project (City, State), the project owner, a brief and concise description of the project scope, specialty design consultants employed, a comparison of the construction budget versus construction award value, and the final contract amount should be included with your submission. 2. Cost control, project schedule, safety, and quality of work Your statement of qualification should also highlight a proven record of excellent performance by completing projects on or ahead of time. Include the Contract Award/NTP date, the original contract completion date, and the actual contract completion date for each project. Using your previous project examples provide the contract award amount, the final contract value, and a percentage of change order value relative to the total construction value for each project to demonstrate a proven record of excellent performance in reducing cost and completing projects on or below budget.�� 3.� Provide your established Safety and Quality Control procedures and protocols consistently applied to all projects. 4. � Financial Capabilities Your bonding capacity shall be included with your submission. �Please include your aggregate and per project bonding, capacity limits. 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 ten pages. Your response to this Notice is due no later than Wednesday June 15, 2022, by 2:00pm EDT and shall be submitted to Eileen Garnett, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A/E and Construction, garnett.eileen@dol.gov. HUBZone, small disabled veterans, small disadvantaged, 8(a) certified, women owned, and large business concerns are encouraged to submit a response to this notice. The NAICS Code for this requirement is 236220. Acknowledgement 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 at the discretion of the Government. Telephone inquiries will not be accepted. A prospective Offeror interested in obtaining a contract award with the Government must be registered in the System for Award Management. Additional information regarding contractor registration can be obtained through the following website, www.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/582e1884c56c4ed689a73c0e7ccc0e0f/view)
 
Place of Performance
Address: Gulfport, MS 39501, USA
Zip Code: 39501
Country: USA
 
Record
SN06346488-F 20220604/220602230116 (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.