Job Corps Architect/Engineer MATOC

expired opportunity(Expired)
From: Federal Government(Federal)
1605AE-23-R-00001

Basic Details

started - 05 Dec, 2022 (16 months ago)

Start Date

05 Dec, 2022 (16 months ago)
due - 19 Dec, 2022 (16 months ago)

Due Date

19 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
1605AE-23-R-00001

Identifier

1605AE-23-R-00001
LABOR, DEPARTMENT OF

Customer / Agency

LABOR, DEPARTMENT OF (934)OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT (772)JOB CORPS ACQUISITION SERVICES (24)

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

UPDATE 12/5/2022 - Responses to questions received prior to the question due date are provided as a new attachment to this notice. A map of Job Corps Center locations has also been attached. The due date for responses has not changed and remains 12/19/2022 at 2:00 PM ET.------------------------------------The U.S. Department of Labor/OASAM/OSPE/Job Corps Acquisition Services is issuing this notice for the procurement of an Architect-Engineering (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contact (MATOC) to Perform General Engineering and Design Services in support of the Job Corps program nationwide, including all 50 states, DC, and Puerto Rico.This notice constitutes a special situation in accordance with FAR 5.205(d). Firms intending to be considered for evaluation in response to this notice shall submit a SF 330, Architect-Engineer Qualifications, as detailed below section, Submission Requirements.This procurement is a 100% Small Business
Set-Aside.CONTRACT INFORMATION: The U.S. Department of Labor/OASAM/OSPE/Job Corps Acquisition Services plans to award multiple A-E Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to comprise one (1) Multiple Award Task Order Contract (MATOC) for A-E services to perform General Engineering and Design Services. These contracts are being procured in accordance with the Selection of Architects and Engineers as implemented in FAR Subpart 36.6. The total shared capacity of the MATOC is $30,000,000.00. The North American Industrial Classification System (NAICS) Code is 541330.Job Corps operates 121 facilities/centers located across the continental United States, in Puerto Rico, Alaska, and Hawaii. All new construction and a large portion of their modernization is accomplished through Construction, Architecture and Engineering (A/E) and Design-Build (D/B) contracts issued by the Department of Labor (DOL).The most highly qualified proposals will be negotiated and contracts awarded with a five-year ordering period. Award of contracts to the selected firms is anticipated in June 2023. The minimum guarantee amount per firm over the life of each contract is $2,500.PROJECT INFORMATION: This requirement is for A-E services, as defined in 40 USC 1101 and FAR 2.101, in support of the Job Corps Program. Actual project work will be assigned through individual Task Order solicitations to the MATOC IDIQ awardees, for various services including: architecture, civil engineering, mechanical engineering, electrical engineering, MEP (mechanical, electrical, plumbing) design, structural engineering, construction administration, inspection, master planning, general and environmental studies, value engineering, energy conservation design practices, master planning, as well as other types of A/E services. A general description of the work and requirements is attached to this notice.All A-E firms responding to this notice are advised of the restrictions in FAR 36.209 which prohibits a contract for a construction project being awarded to the firm that designed the project or that firm’s subsidiaries or affiliates. Additionally, FAR Part 9.5, Organizational and Consultant Conflicts of Interest, prohibits an A-E firm being subcontracted to provide services to a Construction vendor on a project where the A-E firm previously completed work.SELECTION CRITERIA: The source selection criteria for this procurement that will be used in evaluating the Prime and its consultants are listed below in order of importance. (Criterion 1) The Experience and Past Performance of the Firm; (Criterion 2) Specialized Experience of Assigned Project Personnel; (Criterion 3) Firm’s Capacity to Perform Work; (Criterion 4) Qualifications of Assigned Project Personnel; (Criterion 5) Location. Project Teams considered the most highly qualified may have references checked; all submissions shall include a list of references with applicable telephone numbers and contact names. Project Teams still considered the most qualified following the reference checks will be interviewed. SF 330 Submissions failing to respond or provide complete information for each criterion as required by this notice will be determined non-responsive and will be removed from further consideration.Criterion 1. The Experience and Past Performance of the FirmI. Previous project experience similar to this project’s scopeII. Cost control, project schedule and quality of workIII. Government previous experienceCriterion 2. Specialized Experience of Assigned Project PersonnelI. Experience with projects on schools, dormitories, and Government facilitiesII. New building design and Major building renovationsIII. Building envelope renovation experience, specifically roof, facades, windows, and masonryIV. Building systems studies, analysis, and design (ex: soils/foundation, stormwater, MEP, fire protection)V. Historic preservation/renovation experienceCriterion 3. Firm’s Capacity to Perform WorkI. Previous experience working as project teamII. Capacity to perform work within established periods of performanceIII. Project management skillsIV. Project tools/softwareCriterion 4. Qualifications of Assigned Project PersonnelI. Design capabilityII. Construction administration experienceCriterion 5. LocationI. Geographic coverage area for which the Firm can perform requirementsSUBMISSION REQUIREMENTS: Interested A-E firms with the capabilities to perform this work shall submit one copy of a Standard Form (SF) 330, Architect-Engineer Qualifications, Part I and Part II. All information must be submitted on the SF 330 and shall not include other formats referencing the SF 330 in lieu of submitting the SF 330. A fully completed Part I and Part II sections of the SF 330 must be submitted. An incomplete SF 330 will not be considered for evaluation.Part I of the SF 330 Architect-Engineer Qualifications must include 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. One copy of SF 330 Part I, Contract Specific Qualifications, which includes projects that are relevant to the type and nature of work for which the firm was responsible is required for the prime firm, and one copy of SF 330, Part II is required for the prime and each of its individual consulting firms, if applicable. Please note that 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.Submissions shall be in electronic format (Microsoft Word or searchable Adobe Acrobat Portable Document File) only sent via email. The SF 330, Part I, shall have a page limitation of 70 pages. All fonts shall be at least 12 point to include text, tables and figures. Pages shall be 8.5 inches by 11 inches. The Organization Chart required in Part I, Section D, and the Matrix required by Part I, Section G, may be presented on a sheet up to 11 inches by 17 inches. The margins for pages that supplement the SF 330 forms shall not be less than one inch with the exception that 1⁄2 inch margins are allowed when using the Standard Form 330 template. All pages submitted will be considered as part of the page count with the exception of the following: cover page, table of contents, amendments, CPARS/ACASS, geographical location selection form, dividers and divider pages/tabs, pages defining acronyms, Part II – General Qualifications, Partnership or JV paperwork, licenses and proof of A/E firm registration. Note: pages in excess of the page limit will not be evaluated.The SF330/Package must contain the following documents:Identifying cover page (limited to 1 page)Table of ContentsSigned SF330Acknowledgment of Amendments if applicable (signed copies of the SF 330)Teaming Arrangements - Partnership or JV paperwork if applicableOnly those firms that submit the required documents by the below submission deadline, will be considered for the review of qualifications. Failure to submit Standard Form 330 Part I and Part II will render the submission unacceptable. Facsimile submissions will not be accepted.All respondents must be registered in the System for Award Management (SAM). For instructions on registering with the SAM, go to www.SAM.gov.RESPONSES TO THIS NOTICE MUST BE RECEIVED NO LATER THAN 12/19/2022, 2:00 PM ET. Submissions received after this time will be viewed as late and will NOT be considered. Submissions shall be delivered via email to the following email address: JCASConstructionProcurement@dol.gov. The email’s subject line shall be structured as follows: Statement of Qualifications – AE MATOC – [Company Name]. ALL QUESTIONS SHALL BE SUBMITTED NO LATER THAN 12/1/2022 2:00 PM ET to JCASConstructionProcurement@dol.gov. Questions submitted after this time may not be considered for response. All timely submitted questions and/or comments will be addressed through subsequent amendments posted to this notice. No other means of communication (telephone, fax, etc.) will be accepted.NOTE: This is NOT a Request for Proposal and Solicitation packages are not provided. Respondents are hereby notified that, if designated as one of the most highly qualified firms, the response time for the issued Request for Proposal (RFP) is anticipated to be 30 calendar days from the date of RFP issue.Attachments: General Description of Work and RequirementsSF 330, Architect-Engineer Qualifications

Location

Place Of Performance : N/A

Country : United States

You may also like

PUCHACK WELL FIELD SUPERFUND SITE CONSTRUCTION PHASE ARCHITECT-ENGINEER SERVICES

Due: 20 Apr, 2026 (in about 2 years)Agency: DEPT OF DEFENSE

ARCHITECT-ENGINEER (A/E) SERVICES FOR U.S. DOE

Due: 30 Sep, 2024 (in 5 months)Agency: ENERGY, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification