Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOURCES SOUGHT

C -- Architectural/Engineering Services for the Facility Redevelopment, Phase IV New Vocational Skills Training Complex at the Potomac Job Corps Center

Notice Date
2/22/2021 7:24:14 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
DEPARTMENT OF LABOR (OASAM) WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1605AE-21-N-00016
 
Response Due
2/26/2021 11:00:00 AM
 
Archive Date
03/13/2021
 
Point of Contact
Bryan Ramso
 
E-Mail Address
ramso.bryan@dol.gov
(ramso.bryan@dol.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Department of Labor, Office of Job Corps Acquisition Services, has a requirement for a qualified firm to provide Architectural/Engineering Services for the Facility Redevelopment, Phase IV New Vocational Skills Training Complex at the Potomac Job Corps Center, Washington, DC.� THIS IS A SOURCES SOUGHT NOTICE.� 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 small 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 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.� 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.� The work involves Architect/Engineer (A/E) services for the design and construction administration for a new Vocational Skills Training Complex at the Potomac Job Corps Center, Washington, DC.� The project includes construction of a new vocational training complex consisting of two vocational training buildings, totaling approximately 26,000 gross square feet. The former project was razed at approximately 50 percent completion and the site was returned to greenspace.� Limited underground utilities and site improvements were abandoned in place.� The project shall include miscellaneous site improvements in the form of general landscaping, roads, parking, drainage, connection to all utility lines and site/security lighting for the new buildings. The project will first assess the previous construction site in combination with associated past plans and specification, available record construction documents and a post-demolition Project Site Survey and Inventory Report.� The analysis will establish the viability of previously installed work that may be considered for incorporation into the new design.� The project will produce new, updated, code compliant, biddable construction documents to construct a new vocational training complex that complies with all current local and federal building codes. 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. Period of Performance Notice of Award to Contract Completion:� 707 calendar days The estimated price range for construction is $5,000,000 to $10,000,000.� � 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: Pertinent factors for consideration of qualifications (in order of importance) 1.��Previous projects of similar scope and value � � �A.� A/E has provided design and CA services on two or more major new construction projects located on continuously operating�educational campuses with a $5M to $10M constructed value range within the last five years. � � �B.� A/E has provided design and CA services for two and more recovered and/or reconstructed/reconstituted projects from their� near complete destruction/demolition in the last five years. � � �C.� A/E has provided design and CA services on at least one project encompassing the adoption and adaptation of previously� � designed and permitted work completed by others.� Provide previous project examples which shall include the project location, 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, the final contract amount, and a brief and concise description of the CA services provided. 2.�� Project Location A/E has completed three or more design and CA services projects in the mid-Atlantic region of the Country in the last five years, indicating familiarity with state and local codes, environmental conditions, economic conditions, and experience/qualifications of local design consultants. 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 Friday, February 26, 2021, by 2:00 PM EDT, and submit it via email to Bryan Ramso, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A&E Construction, ramso.bryan@dol.gov. �HUB Zone, small disabled veterans, small disadvantaged businesses, and 8(a) businesses are encouraged to submit.� NAICS Code for this requirement is 541310.� The Small Business Size Standard is $8.0 million.� 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.beta.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/21c277523c704e00a16c335366fe7bb3/view)
 
Place of Performance
Address: DC 20032, USA
Zip Code: 20032
Country: USA
 
Record
SN05923331-F 20210224/210222230111 (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  © 1994-2020, Loren Data Corp.