Washington, DC Bids > Bid Detail

Renovate the Male Dormitory Building 54, Potomac Job Corps Center in Washington, DC

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159330735567476
Posted Date: Feb 5, 2024
Due Date: Feb 20, 2024
Source: https://sam.gov/opp/9de52f497d...
Follow
Renovate the Male Dormitory Building 54, Potomac Job Corps Center in Washington, DC
Active
Contract Opportunity
Notice ID
1605AE-24-N-00001
Related Notice
Department/Ind. Agency
LABOR, DEPARTMENT OF
Sub-tier
OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT
Office
DOL - JCAS - AEC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 05, 2024 01:35 pm EST
  • Original Response Date: Feb 20, 2024 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1CZ - CONSTRUCTION OF OTHER EDUCATIONAL BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Washington , DC 20032
    USA
Description

The US Department of Labor, Office of Job Corps Acquisition Services, has a requirement for a qualified firm to provide design/build (design and construction) services for the renovation of the Male Dormitory Building 54 at the Potomac Job Corps Center in 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 businesses with the capacity and experience to perform the required work. This Notice is not 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 proposal; 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 Design-Build (design and construction) services for the renovation of Male Dormitory Building 54 at the Potomac Job Corps Center. Male Dormitory Building 54 is a two-story structure totaling approximately 25,580 GSF, built in 1997. The building has concrete foundation with loadbearing masonry walls. The roof structure is wood with asphalt shingles roofing system and exterior gutters/downspouts which was replaced in 2019. The building interiors were severely damaged by continuous roof leaks, which caused mold/mildew issues in the building. As a result of the mold/mildews growth, remediation was performed.



This work includes, but is not limited to, interior renovations of the 1st and 2nd floors including wall, ceiling and flooring replacements and repairs; painting; door repairs; elevator repair, certification and permitting; plumbing and electrical system repairs and replacements inclusive of new fire alarm and sprinkler systems, mechanical system replacements; and attic insulation replacements. The work also involves, HVAC system replacement and duct cleaning, plumbing upgrades, domestic hot water systems replacement, fire alarms replacement, electrical systems and security systems upgrades and repairs to the existing elevator cab and equipment and renovation to the exterior stairwells as well as roof soffit vents/panels repair.





Estimated Construction Value



• Base: Phase I (2nd Floor): $1,000,000 and $5,000,000



• Optional CLIN - Phase II (1st Floor): $1,000,000 and $5,000,000





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:



1. Previous projects of similar scope and value



Your submittal shall demonstrate that your firm has performed design-build services on two or more institutional dormitories building or residential living facilities multi-phase renovation projects that include architectural, mechanical, plumbing, electrical, fire alarm, fire suppression, and minor exterior repairs with a $1,000,000 to $5,000,000 construction value within the last five years.





The previous project examples shall include the location of the project, the project owner, 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.





2. Project Location



Your project examples shall include three or more projects completed within the last five years in the region of the country where this project is located, indicating a familiarity with state and local codes, environmental conditions, economic conditions, and experience with local design consultants.





3. Cost control, project schedule, safety, and quality of work



Your previous project examples shall demonstrate a proven record of excellent performance by completing projects on or ahead of time. Using the previous project examples include the Contract Award/NTP date, the original contract completion date, and the actual contract completion date for each project.



Include with your submission those projects that demonstrate a proven record of excellent performance by reducing cost and completing projects on or below budget. Using the previous project examples indicate the contract award amount, the final contract value, and a percentage of change order value relative to the total construction value for each project.



Please include with your submission your established Safety and Quality Control procedures and protocols which are consistently applied to all projects.





4. Financial Capabilities



Contractor must be in sound financial standing with no claims or liens. Contractor has sufficient financial capacity to bond a project in the $1M to $5M range. Bonding capacity must be included with your submission. Please provide your aggregate and per project bonding capacity limits.





Your previous project examples shall include the location of the project, the project owner, a brief description of the services performed. Your synopsis should include the date of contract award, the original and final date of contract completion, 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 February 20, 2024, by 2:00 pm EST. Please submit response via email to Bernadette L Hughes, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A&E Construction, hughes.bernadette.l@dol.gov.



HUB Zone, Small Disabled Veterans, Small Disadvantaged, 8(a) certified, WOSB, and large businesses are encouraged to submit a response to this notice. The NAICS code for this requirement is 236220.



Acknowledgement of the 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.



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.






Attachments/Links
Contact Information
Contracting Office Address
  • 200 CONSTITUTION AVE, NW ROOM N-4643
  • WASHINGTON , DC 20210
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 05, 2024 01:35 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >