The RFP Database
New business relationships start here

Center Redevelopment-Welcome and Wellness Centers at the St. Louis Job Corps Center, St. Louis, Missouri


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE ONLY. In accordance with Federal Acquisition Regulation (FAR) 10.002(b) (2) (i) this notice is issued for the purpose of market research. Market research is being conducted to determine if there are potential SMALL BUSINESSES with the capabilities and experience to perform the required work. THIS NOTICE IS NOT TO BE MISCONSTRUED AS AN INVITATION FOR BIDS (IFB) or a REQUEST FOR PROPOSAL (RFP). The information received will be used to determine whether to issue the proposed solicitation as a competitive set-aside or full and open competition (unrestricted). The extent of the work will be described in the solicitation which will follow at a later date.

Description

The U.S. Department of Labor seeks firms that may have certifications under Programs under Federal Acquisition Regulation Subpart 19; i.e. 8(a), HUBZone, SDVOSB, WOSB, etc. The requirement is for qualified contractors with the capacity to provide construction services for work that includes, but not limited to, the demolition of several existing buildings, and the construction of a new Welcome Center and a new Wellness Center within the campus of the St. Louis Job Corps Center located in St. Louis, Missouri. Also included in the work are construction of new roads and parking, landscaping, storm drainage and utility lines connection and site lighting. The estimated price range is between $1,000,000 and $5,000,000.

Interested Contractors are requested to submit their capability statements. Your capability statement should demonstrate the capacity of your firm to perform the required services, and shall include the following information:

1. Previous projects of similar scope and value:
a. Projects performed that are similar scope and value to the work required under this project. Your project examples should include two or more major renovation projects located on operating educational campuses with a $1,000,000 to $5,000,000 constructed value within the last five years. Contractor shall have also completed a minimum of two building demolition projects and a minimum of one project including hazardous materials remediation within the last five years.
 

b. Provide previous project examples that include the location, the project owner, owner telephone number and address, and a brief and concise description of the project scope.


2. Project Location:
a. Provide two or more projects completed in the United States within the last five years, indicating familiarity with local conditions and subcontracting community.  Provide project locations of previous project examples.


3. Cost control, project schedule, safety, and quality control:
a. Describe your company's record of performance on or ahead of time. Project examples shall include the contract award, notice to proceed, the original contract completion date, and the actual contract complete date for each project.

b. Describe your company's record of reducing cost and completing projects on or below budget. Using your previous project examples, include the contract award amount, the contract completion date, and the final contract value for each project.


c. Describe your established Safety and Quality Control procedures and protocols which are consistently applied to all projects.


Your capability statement will be evaluated based on the following criteria, which is listed in order of importance.


1. Previous projects of similar scope and value
2. Location
3. Cost Control, project schedule, safety, and quality control.


This notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposals or award a contract. The Government does not intend to award a contract based on responses, nor otherwise pay for the preparation of any information submitted.


Firms responding to this Sources Sought Notice should submit the minimum information necessary for the Government to make a determination that the source is capable of satisfying the requirements. The response must be specific to each of the criteria listed above to demonstrate that the respondent is capable. The submissions shall not exceed 20 pages. Please provide your DUNS number with your submission. The North American Industry Classification System (NAICS) Code is 236220 and the Small Business Size Standard is $36.5 million.


RESPONSES ARE DUE ON NOVEMBER 30, 2017, BY 2:00PM EDT, AND MUST BE SUBMITTED ELECTRONICALLY VIA E-MAIL TO: gloster.monica@dol.gov (Monica Gloster, Contract Specialist)


Other Information
A prospective offeror that is 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.


Acknowledgment of receipt of responses will not be made nor will respondents be notified of the Government's evaluation of the information received. A determination by the Government to proceed with the acquisition is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. NOTE THIS INFORMATION IS FOR MARKETING PURPOSES ONLY AND NOT A REQUEST FOR PROPOSAL.


Monica C. Gloster, Contract Specialist, Phone 2026933550, Email gloster.monica@dol.gov - Maria J. Pizarro, Branch Chief / Contracting Officer, Phone 2026933657, Email pizarro.maria@dol.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP