Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
SOLICITATION NOTICE

Y -- Renovation of Building A

Notice Date
1/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
2007-N-09212
 
Archive Date
3/31/2007
 
Small Business Set-Aside
8a Competitive
 
Description
This is a Design/Build Best Value Source Selection firm fixed price construction solicitation. This procurement is for one solicitation that will result in one award. The Centers for Disease Control and Prevention has recognized a need for facilities located remote from the Roybal Campus which will provide support for the critical operations of the CDC in an event that these operations cannot be supported from the Roybal Campus. Building A is largely unoccupied at the current time and provides an existing structure which can meet the space requirements of the project. The base building electrical and mechanical services are adequate to meet the needs of this project with some equipment replacement and reworking of the distribution systems required. This location also provides an existing secure perimeter and adequate open space. Building A was originally designed as an animal breeding facility and majority of the space was made up of long narrow animal rooms. Approximately 31,000 square feet has been demolished in preparation for the new construction. The scope of this project includes the renovation of a portion of Building A. This will include storage space for National Centers for Infectious Disease?s (NCID) Lab Response Network (LRN), and base building improvements to the existing Director?s Emergency Operations Center space (DEOC). The existing DEOC space will remain relatively unchanged with modifications required to accommodate the new construction. Work within this project will include interior renovation, exterior renovation, upgrades and additions to the existing electrical systems, HVAC systems, fire protection systems, installation of a new roofing system, and the removal, relocation, and installation of a satellite dish located at the Roybal Campus and providing the associated support needed. The estimated cost range is between $5,000,000 and $10,000,000.00. The source selection process as defined in FAR Part 15 has been selected in order to ensure selection of the sources evidencing best overall capability to perform the work in a manner most advantageous to the Government. Firms submitting proposals will be evaluated on both their technical and price proposals. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price; and to award to the proposer submitting the proposals determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact proposers for the purpose of clarifying aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the proposers will be afforded the opportunity to revise their proposals. The approximate solicitation release date is 30 January 2007. No telephone requests for the solicitation package will be accepted. The solicitation will be posted to the Federal Business Opportunities website for download at www.fbo.gov. A hard copy of the solicitation will be mailed ONLY to firms that DO NOT have the technical capability to access the Federal Business Opportunities website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO FREQUENTLY VIEW THE WEBSITE FOR UPDATES AND CHANGES. In addition, a compact disk (CD) with drawings and design build criteria will be mailed to each firm or it can be pickup at the Centers for Disease Control and Prevention, Procurement & Grants Office, Building & Facilities Contracts Branch, 2920 Brandywine Road, Room 2908, Atlanta, GA 30341. No telephone requests for the CD will be accepted. Email is the preferred method to request a copy of the CD. Send requests to PButts@cdc.gov with RFP No. 2007-N-09212 referenced in the subject line. Proposal and Technical inquiries (questions) must be in written format; verbal inquiries will NOT be accepted. Proposal and Technical inquiries shall be faxed to 770-488-2847, Attention: Philippa D. Butts or email at PButts@cdc.gov. Proposals must be submitted in writing on or prior to the solicitation closing date to the Centers for Disease Control and Prevention, Procurement & Grants Office, Building & Facilities Contracts Branch, 2920 Brandywine Road, Atlanta, GA 30341, Attention: Ms. Philippa D. Butts, M/S K-71. RFP No. 2007-N-09212, Attn: Ms. Philippa Butts, shall be clearly marked on the envelope. Facsimile proposals will NOT be accepted. Proposals sent via email will NOT be accepted. THIS PROCUREMENT IS AN 8(A) SET-ASIDE LIMITED TO 8(a) CERTIFIED GEORGIA CONSTRUCTION FIRMS, AND OTHER CONSTRUCTION FIRMS HAVING A BONA FIDE BRANCH OFFICE LOCATED WITHIN THE GEOGRAPHICAL BOUNDRIES OF THE RELEVANT COMPETITIVE AREA. All other firms deemed ineligible to submit offers and will not be considered for award. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $31,500,000. In accordance with the provisions of the FAR 52.204-7 Central Contractor Registration (CCR) database. Lack of registration in the CCR database on the part of the offeror will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov
 
Place of Performance
Address: Lawrenceville, GA
Zip Code: 30245
Country: UNITED STATES
 
Record
SN01210913-W 20070114/070114185844 (fbodaily.com)
 
Source
FedBizOpps 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.