Similar Projects
North Central University Student Union, Business and Science Facility
Demolition, New Construction, Infrastructure - 28,200 SF
Design
$15,000,000 CJ est. value
Minneapolis, MN 55404

Artspace Northrup King Buildings #2, #3, & #8
Renovation - 163,497 SF
Post-Bid
$2,000,000 CJ est. value
Minneapolis, MN 55413

Jie Ming Mandarin Immersion Addition and Renovation - Part 2 WS 03A - Concrete
Renovation
Construction
$700,000 CJ est. value
Saint Paul, MN 55116

Jie Ming Immersion Academy Addition and Renovation - Part 2, Bid Package #3
Addition, Demolition, Renovation, Infrastructure - 20,000 SF
Construction
$280,000 CJ est. value
Saint Paul, MN 55116

Jie Ming Mandarin Immersion Academy Addition and Renovation - Part 2, Bid Package #4
Addition, Demolition, Renovation, Infrastructure
Construction
$31,000,000 CJ est. value
Saint Paul, MN 55116

Jie Ming Mandarin Immersion Academy Addition and Renovation - Part 2 Bid Package
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$31,000,000 CJ est. value
Saint Paul, MN 55116

SPPS - Jie Ming Mandarin Immersion Addition and Renovation - BP #4 (Partial Rebid)
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$31,000,000 CJ est. value
Saint Paul, MN 55116

2022 Handke Center Renovations
Renovation
Results
Elk River, MN 55330

Last Updated 01/13/2023 03:11 PM
Project Title

RFQ D/B - Upgrade Ventilation Dorms 6 and 8 and Replace Fire Alarm Dorm 6 at the Hubert H. Humphrey Job Corps Center

Physical Address View project details and contacts
City, State (County) Saint Paul, MN 55108   (Ramsey County)
Category(s) Education
Sub-Category(s) Vocational School
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of January 13, 2023, a design team has not been identified and a construction timeline has not been established. *The previous solicitation is listed below for reference. The US Department of Labor, Office of Job Corps Acquisition Services, has a requirement for a qualified firm to provide design/build services to Upgrade Ventilation Dorms 6 and 8 and Replace Fire Alarm Dorm 6 at the Hubert H Humphrey Job Corps Center in St. Paul, Minnesota. 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 to be misconstrued as 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 proposals; 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 includes services for the design and construction for the following: The work involves design-build services for the multi-phased replacement of existing fan coil units and exhaust ventilation systems in the Dormitory Buildings 6 and 8; and replacement of the existing fire alarm system with a new addressable fire alarm system in Dormitory Building 6 at the Hubert H. Humphrey Job Corps Center. Building 6 is about 23,500 GSF 4 story Men's Dormitory Building constructed in 1946. Building 8 is about 36,890 GSF 4 story Women's Dormitory/Infirmary/Education Building constructed in 1941. The existing 2-pipe dual temperature cabinet fan coil units are not suitable for the un-tempered outdoor air connections. The work will required the removal of the existing fan coil units; provide new low profile horizontal fan coil units and provision for filtered rear outdoor air connection with motorized damper; provide and install controllers, actuators, temperature and humidity sensors and associated wiring for the proper operation of fan coil units and connect with existing building Direct Digital Controls (DDC) in Dormitory Buildings 6 and 8. Also included in the work is hazardous materials abatement, and modification of the existing Building 8 fire alarm system as required for the installation of the new fan coil units. 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 shall demonstrate the capacity of your firm to perform the services described above, and should include the following information: 1. Previous Projects of Similar Scope and Value A. Contractor has provided design-build services on two or more building HVAC rehabilitation projects, including HVAC control systems, with a $1M to $5M constructed value completed within the last five years. B. Contractor has provided design-build services on two or more fire alarm system replacement projects with a $250,000 to $500,000 constructed value completed within the last five years. C. Contractor has provided design-build services on two or more HazMat abatement projects with a $250,000 to $500,000 constructed value completed within the last five years. Provide previous project examples that include the location of the project (City, State), the project owner, a 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 Contractor has completed three or more projects in the region of the country the project is located in the last five years indicating familiarity with state and local codes, environmental conditions, economic conditions and experience/qualifications of local design consultants. 3. Cost Control, Project Schedule, Safety, and Quality of Work A. Contractor has 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. B. Contractor has 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. C. Contractor has established Safety and Quality Control procedures and protocols which are consistently applied to all projects. 4. Financial Capabilities Contractor is in sound financial standing with no claims or liens. Contractor has sufficient financial capacity to bond a project in the $1M to $5M range. Provide aggregate and per project bonding capacity limits. Your project examples shall include the location of the project, the project owner, a brief description of the services performed. Your synopsis should also include the date of contract award, the original and final date of contract completion. Using the previous project examples indicate the 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 April 21, 2022, by 2:00 PM EDT, and submit it via email to Bryan Ramso, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A&E Construction, ramso.bryan@dol.gov. Businesses are encouraged to submit. NAICS Code for this requirement is 238220. Acknowledgment 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 within the discretion of the Government. Telephone inquiries will not be accepted. Please be reminded that 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. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Painting.
Division 10 - Specialties, Visual Display Units, Chalkboards, Markerboards, Tackboards, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Toilet Accessories, Emergency Aid Specialties, Fire Protection Specialties, Lockers, Flagpoles.
Division 11 - Equipment, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Delivery Carts and Conveyors, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Educational and Scientific Equipment, Audio-Visual Equipment, Play Field Equipment and Structures.
Division 12 - Furnishings, Casework, Countertops, Office Furniture, Institutional Furniture, Classroom Furniture.
Division 21 - Fire Suppression.
Division 22 - Plumbing, Common Work Results for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Common Work Results for HVAC, Instrumentation and Control for HVAC, HVAC Air Distribution, Ventilation Hoods, Commercial-Kitchen Hoods.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Common Work Results for Communications, Structured Cabling, Voice Communications, Audio-Video Communications, Audio-Video Systems, Integrated Audio-Video Systems and Equipment, Integrated Audio-Video Systems and Equipment for Classrooms, Distributed Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Common Work Results for Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Common Work Results for Earthwork, Grading, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Fences and Gates, Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents