Renovate the Male Dormitory Building 54, Potomac Job Corps Center in Washington, DC
ID: 1605AE-24-R-00005Type: Solicitation
Overview

Buyer

LABOR, DEPARTMENT OFOFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION AND MANAGEMENTDOL - JCAS - AECWASHINGTON, DC, 20210, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER EDUCATIONAL BUILDINGS (Y1CZ)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Labor is seeking qualified contractors for the renovation of the Male Dormitory Building 54 at the Potomac Job Corps Center in Washington, DC. The project involves comprehensive design and construction services, including interior renovations, system upgrades (plumbing, electrical, HVAC), and compliance with safety and accessibility standards, addressing significant issues such as mold and water damage. This initiative is crucial for maintaining facilities that support job training programs for youth, ensuring a safe and conducive learning environment. Interested contractors must adhere to the 8(a) Competitive Set-Aside requirements, with proposals due by October 16, 2024, and a pre-proposal conference scheduled for October 2, 2024. For further inquiries, contact Bernadette L Hughes at hughes.bernadette.l@dol.gov or Martrelle A. Pyatt Harvin at pyattharvin.martrelle@dol.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal solicitation for the design-build renovation of Dormitory Building 54 at the Potomac Job Corps Center in Washington, DC. It is classified as an Invitation for Bid (IFB) and is targeted towards small businesses under the 8(a) Competitive Set-Aside program, adhering to FAR regulations. The renovation includes extensive interior work on two floors, specifically addressing systems like plumbing, electrical, mechanical, and fire safety upgrades; it also involves cosmetic repairs such as painting and flooring replacements. The contractor is expected to commence work within ten calendar days of the Notice to Proceed, with a total performance period of 467 calendar days. Key submission requirements include detailed pricing, outlined deliverables, and compliance with safety regulations. Additionally, the document specifies the evaluation criteria for proposals, emphasizing scheduling, cost management, and quality assurance processes. Overall, the solicitation demonstrates the government's commitment to enhancing job training facilities through strategic improvements while following rigorous acquisition protocols.
    The U.S. Department of Labor has released the Design-Build Scope of Work for the renovation of Dormitory Building 54 at the Potomac Job Corps Center in Washington, DC. Established in 1978, this center serves residential students, facing significant issues due to mold and water damage from roof leaks. The project entails comprehensive renovations, including design, demolition, structural repairs, installation of new HVAC and plumbing systems, and updates to ensure compliance with safety and accessibility standards. The renovation will be executed in two phases: Phase 1 focuses on the attic and first-floor core, while Phase 2 targets the remainder of the first floor. All work must adhere to federal regulations and sustainability guidelines, with a focus on energy efficiency and minimal environmental impact. The document outlines contractor responsibilities, including securing necessary permits and ensuring minimal disruption during construction as the center remains operational. Furthermore, it emphasizes quality control, adherence to the Job Corps guidelines, and documentation of the project's progress through periodic submittals. This initiative reflects the federal commitment to maintaining and enhancing the facilities that support job training programs for youth.
    The document outlines the wage determination for construction projects in the District of Columbia, focusing on building construction that falls under the Davis-Bacon Act. It identifies the minimum wage rates applicable for covered contracts, referring to Executive Orders 14026 and 13658, effective for contracts based on their award date. Current rates for various classifications of workers, including electricians, plumbers, and laborers, are specified along with corresponding fringe benefits. Additionally, the document emphasizes contractor obligations under federal law, including paid sick leave provisions. A comprehensive list of classifications and union rates is included, detailing the essential skills and tasks for each trade. The information is crucial for ensuring compliance with wage standards in government contracts and protecting labor rights in the construction industry.
    The "Critical Path Method (CPM) Schedules Checklist" outlines essential guidelines for contractors in developing and updating CPM schedules for construction projects. It emphasizes the importance of creating a comprehensive baseline schedule that meets best practice standards, following a structured approach from the notice to proceed (NTP) to the project's completion. Key components include proper activity relationships, avoidance of unnecessary constraints, clear identification of critical paths, and accommodating submittal processes. Monthly schedule updates are critical, focusing on reporting actual progress without altering the established baseline. Any significant delays or changes to the project require detailed explanations in a respective narrative. The document also addresses schedule revisions and recovery planning when unforeseen issues arise, establishing expectations for revised baseline schedules and similar documentation. Additional elements involve effective communication with stakeholders through well-structured reports and visuals that do not require specialized scheduling software to understand. Furthermore, it stresses the importance of correlations between the schedule of values (SOV), resource loading, and summarizing elements comprehensively to ensure transparency and compliance with project finance management principles. Overall, this checklist serves as a crucial resource for ensuring structured project planning and execution within government-funded initiatives.
    The Schedule of Values (SOV) Checklist serves as a guide for contractors to prepare their SOV submissions to the Department of Labor (DOL) for contract approval. It outlines essential expectations from the owner's viewpoint, emphasizing the importance of a detailed and precise breakdown of project costs aligned with the Statement of Work (SOW). The SOV must encompass the complete contract sum and categorized work items under $20,000 unless otherwise justified. Clear and measurable line items are mandatory to avoid ambiguities, ensuring that costs related to bonds, insurance, and general conditions are distinctly listed. Submissions should accompany the construction schedule, enabling effective evaluation and payment processes. Monthly updates must reflect consistent values in both documents, facilitating timely reviews and approvals. The checklist outlines procedural steps for contract administration, including timelines for submitting invoices and updates following site walkthroughs. Overall, this document aims to ensure transparency and efficiency in financial tracking and project progression throughout the lifecycle of the contract.
    Similar Opportunities
    SOURCES SOUGHT--Job Corps Design-Build & Construction MATOC
    Active
    Labor, Department Of
    The Department of Labor is conducting market research for a Multiple Award Task Order Contract (MATOC) focused on Design-Build and Construction services to support the Job Corps Program, which operates centers across the United States, including Puerto Rico. The objective is to assess the availability and capability of small businesses to undertake renovations and the construction of new facilities, with interested firms required to demonstrate their relevant experience, financial stability, and qualifications in accordance with NAICS code 236220. Responses to this Sources Sought Notice are due by September 26, 2024, and must follow specified formatting guidelines, as the government evaluates the market's capacity to meet future construction needs for the Job Corps initiative. For further inquiries, interested parties may contact Barbara Eschels at eschels.barbara.a@dol.gov or Emily M. Giardino at Giardino.Emily.M@dol.gov.
    Job Corps Outreach Event - Design & Construction
    Active
    Labor, Department Of
    The U.S. Department of Labor (DOL), through the Office of the Assistant Secretary for Administration and Management, is hosting a Job Corps Facilities Maintenance, Design, and Construction Outreach Event on September 25, 2024. This virtual event aims to engage entities interested in contracting opportunities related to construction, facilities maintenance, design, and engineering for the Job Corps program, particularly focusing on outreach to underserved communities. The Job Corps program is vital for providing safe and quality residential training for youth aged 16 to 24, necessitating ongoing construction and maintenance of its centers. Interested participants must pre-register by emailing ETAOCM-JC-INDUSTRYDAY@dol.gov with their details by September 23, 2024, to secure their spot in this free event.
    Woodland Job Corps Center Operations with Outreach and Admissions and Career Transition Services
    Active
    Labor, Department Of
    The Department of Labor is seeking proposals for the operation of the Woodland Job Corps Center located in Laurel, Maryland, which includes outreach, admissions, and career transition services. The primary objective of this procurement is to provide comprehensive academic and vocational training services to a total of 300 students, with an expected annual inflow of 389 students, while adhering to federal regulations under the Workforce Innovation and Opportunity Act (WIOA). This initiative is crucial for enhancing job readiness and success among disadvantaged youth through effective center management and service delivery. Interested contractors must acknowledge receipt of amendments to the solicitation and submit their proposals by the specified deadline, with further inquiries directed to Hope Edge at edge.hope@dol.gov or Nathan Quinn at quinn.nathan.a@DOL.gov.
    (MATOC ONLY) Renovate Building, P-2090
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the renovation of Building P-2090 at USAG Humphreys, exclusively for certain MATOC contractors. The project involves extensive upgrades, including architectural, HVAC, plumbing, and electrical work, with a completion timeline of 360 calendar days following the notice to proceed. This renovation is crucial for enhancing building functionality and safety, reflecting the Army's commitment to maintaining modern infrastructure. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Han Ol Sok at hanol.sok.ln@army.mil or Pon Tran at pon.v.tran.civ@army.mil for further details.
    438168-CC-24 RSL Room Upgrades
    Active
    Energy, Department Of
    The Department of Energy, through Mission Support and Test Services, LLC (MSTS), is soliciting proposals for the modification of an existing meeting room at the Remote Sensing Laboratory located at JB Andrews, Maryland, under Solicitation No. 438168-CC-24. The selected subcontractor will be responsible for demolition, construction of new wall partitions, installation of an access door, and finishing work, all in compliance with national security standards as outlined in the Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities. This project is crucial for enhancing facility security and ensuring compliance with federal regulations, with a total small business set-aside to promote participation from small enterprises. Proposals must be submitted electronically by September 19, 2024, with questions directed to Procurement Specialist Corrine Carter at carterce@nv.doe.gov or by phone at (936) 230-0270.
    SOURCES SOUGHT - Job Corps Data Center Security/Caretaker Services
    Active
    Labor, Department Of
    The Department of Labor (DOL) is conducting market research to identify capable firms for providing caretaker and security services at the vacant Job Corps Data Center located in Austin, Texas. The DOL seeks to engage small businesses that can manage security, maintenance, and utility services for the facility, emphasizing the importance of maintaining security and upkeep for an abandoned site. Interested firms are invited to submit qualifications detailing their relevant experience, familiarity with local conditions, and financial stability, with responses due by September 23, 2022. For further inquiries, potential respondents can contact Alan Ward at ward.wesley.a@dol.gov or Emily M. Giardino at Giardino.Emily.M@dol.gov.
    Job Corps Center Operations Procurement Plan
    Active
    Labor, Department Of
    The Department of Labor, specifically the Employment and Training Administration, is initiating a procurement plan for Job Corps Center operations, with a focus on various centers across the United States through 2028. This procurement plan outlines the anticipated release schedule for Requests for Proposals (RFPs) related to Job Corps Center operations, detailing specific months for procurement activities in cities such as San Francisco, Chicago, Philadelphia, and Atlanta. The Job Corps program plays a crucial role in providing vocational and technical education to youth, and this structured procurement process is essential for maintaining and enhancing its operations. Interested vendors can reach out to Carmelo P. Nuestro at Nuestro.Carmelo.P@dol.gov for further information regarding this opportunity.
    Job Order Contract (JOC) Region A - W15QKN-24-R-5015
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is soliciting proposals for a Job Order Contract (JOC) designated as Region A - W15QKN-24-R-5015. This contract aims to facilitate construction projects that involve real property repair, maintenance, minor construction, and asbestos abatement, with task orders primarily focused on general building renovations, road and pavement repairs, and environmental work. The work encompasses a variety of tasks, including minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remediation. This solicitation is specifically set aside for 8(a) firms serviced by the Small Business Administration Offices in New York (excluding Long Island), Massachusetts, Maine, Vermont, New Hampshire, Rhode Island, and parts of Pennsylvania. Interested parties can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Demetra Lynardakis at demetra.h.lynardakis.civ@army.mil or 609-562-5014 for further information.
    Notice of Opportunity (NOO) for Energy Savings Performance Contract (ESPC) Task Order for Forest Service Operated Centers and Request for Contractor Expressions of Interest
    Active
    Labor, Department Of
    The U.S. Department of Labor is inviting expressions of interest from energy service companies (ESCOs) for a potential Energy Savings Performance Contract (ESPC) task order aimed at implementing energy and water conservation measures at U.S. Forest Service-operated Job Corps Centers across several states, including Kentucky, Virginia, North Carolina, Tennessee, and West Virginia. The primary objective of this procurement is to achieve significant reductions in energy consumption, greenhouse gas emissions, and water usage while enhancing the use of renewable energy sources. This initiative is crucial for promoting sustainability and resource efficiency within government-operated facilities, aligning with broader federal goals for energy management. Interested contractors must submit their expressions of interest by September 27, 2024, and can contact Eileen Garnett at garnett.eileen@dol.gov or Paul M. Seivert at seivert.paul.m@dol.gov for further information.
    Z--PR CULEBRA NWR QUARTERS 2 REHAB
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the rehabilitation of Quarters 2 at the Culebra National Wildlife Refuge in Puerto Rico, following significant damage from Hurricane Fiona. The project requires contractors to provide all necessary labor, materials, and equipment to complete various tasks, including mold detection, wall repairs, and storm shutter installations, within a fixed-price contract estimated between $250,000 and $500,000. This rehabilitation is crucial for restoring the integrity of the refuge's facilities and ensuring compliance with federal environmental standards. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Tracy Gamble at tracygamble@fws.gov or call 404-679-4055 for further information.