Building 1 Facade and Envelope Repairs at the Dayton Job Corps Center

expired opportunity(Expired)
From: Federal Government(Federal)
1605AE-22-N-00022

Basic Details

started - 16 Sep, 2022 (19 months ago)

Start Date

16 Sep, 2022 (19 months ago)
due - 04 Oct, 2022 (19 months ago)

Due Date

04 Oct, 2022 (19 months ago)
Bid Notification

Type

Bid Notification
1605AE-22-N-00022

Identifier

1605AE-22-N-00022
LABOR, DEPARTMENT OF

Customer / Agency

LABOR, DEPARTMENT OF (937)OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT (775)DEPARTMENT OF LABOR (OASAM) (101)
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.

The US Department of Labor, Office of Job Corps, has a requirement for a qualified Contractor to provide design and construction services for the building 1 Façade and Envelope Repairs at the Dayton Job Corps Center located in Dayton, Ohio.   THIS IS A SOURCES SOUGHT NOTICE.  In accordance with the 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.  A summary of the services to be performed are outlined as follows. Building 1 is eligible to be listed on the National Register of Historic Places (NRHP).  This work involves targeted repairs to the damaged and deteriorated masonry. The installation of a new modified bitumen roofing system on Wing C, the replacement of lightning
protection system on Wing C, and the partial parapet reconstruction, and structural stabilization of the failing limestone cornice band at various locations. The disassembly, removal, and reassembly of various roof related MEP equipment associated with the repairs and reconstruction is also a requirement of the work. The targeted repairs also involve replacing the brick veneer from the area above the existing rust jacked lintels and below the limestone cornice band and replacing the spalled limestone coping.  Repairing cracks at the limestone coping and limestone cornice band, repointing of open joints in parapet areas, disassembly, and reconstruction of chimney with a new cap. Reroofing, repointing masonry walls, and the installation of a new gutter and downspout on the elevator penthouse is also a requirement of the services to be performed.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 outlined in this notice, and shall also include the following information:  1. Previous projects performed that are similar in scope and valueYour submittal shall provide two and more exterior envelope (specializing in historic masonry repairs, and roofing replacement) projects located on operating facilities with a $1M to $5M constructed value completed within the last five years.  Your submittal shall include a minimum of two NRHP (listed or eligible) building renovation projects and a minimum of one project that includes hazardous materials remediation completed within the last five years. Your previous project examples shall include the location of the project (City, State), the project owner, and a brief description of the project scope.  2. Project LocationProvide three or more construction projects in the region of the country where this project is located completed within the last five years indicting a familiarity with local conditions and the subcontracting community. 3. Cost control, project schedule, safety, and quality workGeneral Contractor has established Safety and Quality Control procedures and protocols which are consistently applied to all projects.  General Contractor has an EMR Safety Rating of less than 1. Provide EMR Safety Ratings for 2014, 2013, and 2012.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 projects that demonstrate a proven record 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 the percent of change order value relative to the construction value for each project. Your established Safety and Quality Control procedures and protocols consistently applied to all projects shall be included with your submission.4. Financial CapabilitiesYour aggregate and per project bonding, capacity limits shall also be included with your submission. 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 and financial, human capital and technical resources required to perform similar requirements.  Your submission should not exceed 10 pages.  The due date for response to this Notice is no later than October 4, 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, via email to: garnett.eileen@dol.gov.HUBZone, small disabled veterans, small, disadvantaged businesses, 8(a) certified, and women owned, and large business concerns are encouraged to submit a response to this notice.  The NAICS 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 Federal Government’s System for Award Management (SAM). Additional information regarding contractor registration can be obtained through the following website, www.SAM.gov.

Dayton ,
 OH  45417  USALocation

Place Of Performance : N/A

Country : United States

You may also like

FUND THE DAYTON JOB CORPS CENTER W/ OA/CTS

Due: 31 May, 2026 (in about 2 years)Agency: OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENT

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2CZREPAIR OR ALTERATION OF OTHER EDUCATIONAL BUILDINGS