Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2004 FBO #1111
SOLICITATION NOTICE

Y -- Construct National Biodefense Analysis & Countermeasures Center (NBACC)

Notice Date
12/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
DHS - Border and Transportation Security, Federal Law Enforcement Training Center (FLETC), Procurement Division, PRO-BLD 93 1131 Chapel Crossing Road, Glynco, GA, 31524
 
ZIP Code
31524
 
Solicitation Number
LGL05R00008
 
Description
THIS IS NOT AN INVITATION FOR BID OR A REQUEST FOR PROPOSAL. Description of project: Contractor will furnish all labor, material, supervision and equipment to construct the National Biodefense Analysis and Countermeasures Center (NBACC) Facility at Fort Detrick, Frederick, Maryland. The Department of Homeland Security (DHS) has identified the need to establish modern secure biocontainment facilities and provide technologies, products and capabilities to support DHS in fulfilling its responsibilities with respect to terrorist attack and major disasters involving biological threat agents (BTA). The NBACC facility will be located on the National Interagency Biodefense Campus (NIBC) at Fort Detrick and will serve to establish an enduring national capability to anticipate, prevent, respond to, and recover from bioterrorist attack. The NBACC project will establish a facility comprised of biocontainment laboratories at the BSL (biosafety) 2, 3, & 4 levels with the capability to conduct testing of aerosolized high hazard threat agents against animals, bench research on threat agents, and bioforensics analysis. The proposed 160,000 square foot building, which will be a stand-alone facility in terms of utilities, will provide a full-scale operational bioforensics capability and a smaller, but still significant, capability to perform threat characterization research of biothreat agents. The Government intends to utilize the Construction Manager as Constructor (CMc) concept for this procurement. Under this contract the CMc will function as a collaborative member of the project team and shall be an active participant in pre-construction by providing expertise during the design process (e.g., checking estimates, performing constructability reviews, and design mockups). The CMc is responsible for all construction, construction supervision, and inspection responsibilities. The services requested of the CMc shall cover a wide range of design and construction activities which are often performed by both Construction Managers and general contractors. The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. The CMC shall be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors ; construction superintendents; testing engineers/technicians; and other disciplines. The CMc shall provide the FLETC with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, schedule control, alternative ideas, problem prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. Most importantly, the CMc shall have complete responsibility for construction of the facility. At a pre-determined point in the design phase, likely at about 70%, a Guaranteed Maximum Price (GMP) will be negotiated and construction of the project will begin. The CMc will be contractually bound to pay for costs that exceed the GMP unless the Government changes the scope. The estimated construction cost is $100 million, to include the CMc?s Preconstruction and Construction Phase Services. This procurement will be negotiated on a best value basis in accordance with FAR 15.101, based primarily on a trade-off between technical qualifications, present/past performance, and price, with all evaluation factors other than price, when combined, considered significantly more important than price. The best overall value to the Government includes demonstrating a commitment to construction excellence, providing and maintaining a viable team organization and adherence to the budgetary and time parameters for this project. Offerors will be evaluated on relevant corporate experience, past performance on relevant contracts where the offeror acted as prime contractor or CMc, Key Personnel, to include experience and qualification of proposed staff, and price. The price proposal will include pricing of the CMc?s cost of Pre-construction Services and a total fee for Construction Phase Services, including profit, General Conditions, and other overhead costs. Interested firms should, as early as possible, but no later than December 30, 2004, indicate interest in this acquisition by letter (no more than 2 typewritten pages), referencing the solicitation number, with a brief summary of experience in relevant contracts (scope and magnitude) where the offeror acted as a prime contractor or CMc, particularly in the construction of level 2, 3, and 4 laboratories, or similar facilities. The offeror should describe its performance of the pre-design and construction phase services provided. The letter should clearly identify the business size, i.e., large business, small business, 8(a), HUBZone, SDVOSB, etc. Due to the estimated value of this project, the letter must also provide the offerors bonding capacity (single project and aggregate limit). Letters should be sent to the attention of Bob Driggers, Contracting Officer, at the contracting office address listed above, preferably as an e-mail attachment. More detailed present/past performance information will be required with proposals. In response to the solicitation, offerors will be required to demonstrate their ability to perform projects of a similar scope and magnitude, perform quality work, complete projects on schedule, and at a reasonable price. Award of the resulting contract will not necessarily be made to the lowest priced offeror. It is the intent of the Government to negotiate and award a contract to a well qualified firm with extensive experience in performing projects of similar scope and magnitude. The Government anticipates significant subcontracting activity under this contract. The solicitation will be available about the end of February, 2005, with proposals due about mid-April, 2005. The Government?s final procurement strategy will be based on the responses from qualified firms. If you are interested in this solicitation, please provide the information required above, point of contact, company phone, fax number and e-mail address, to Bob Driggers, Contracting Officer, phone 912-261-3630, fax 912-280-5343, or email: Bob.Driggers@dhs.gov or Paulette Webster, Procurement Technician, phone 912-554-4613, email: Paulette.Webster@dhs.gov no later than December 30, 2004.
 
Place of Performance
Address: Fort Detrick, Frederick, Maryland
Zip Code: 21702
Country: United States of America
 
Record
SN00718983-W 20041211/041209211517 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.