SOURCES SOUGHT
Y -- Sources Sought - General Contractor for Laboratory Building
- Notice Date
- 7/13/2007
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NB-194-2008
- Response Due
- 7/31/2008
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. A SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE NOT AVAILABLE AT THIS TIME. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is soliciting for capability statements from all interested parties as a general contractor for a new laboratory building (B1E) in Boulder, Colorado. The NAICS code for the proposed acquisition is 236220, Commercial and Institutional building construction, and the small business size standard is $31 million. The project is planned to be announced in the fall of 2007 with an award anticipated for the spring of 2008. The estimated price range of this project is $50,000,000.00 to $80,000,000.00. Completion time for this project is estimated at eight hundred (800) calendar days after the written Notice to Proceed. The proposed NIST Boulder Building 1 Extension (B1E), originally identified as the Advanced Technology Laboratory (ATL), was first conceived in 1994 as the most viable means for NIST to address its pre-eminent technically demanding facilities needs. Faced with aging laboratory facilities and a burgeoning advancement in high-technology scientific research, NIST Boulder completed designs for a new Advanced Technology Laboratory in 1995 to head off the ultimate failure of existing facilities and to meet the technological needs of NIST scientific programs. The B1E will be one of the most technologically advanced buildings in the world. The laboratory combines the features of close temperature control, vibration isolation, air cleanliness, and demanding power quality into a facility of crucial national importance. The B1E consists of an L4 High Performance Lab, L5 Instrument Lab and L6 Precision. Temperature control will be achieved down to +/- 0.1 degree C in some areas, humidity control to +/- 5%, air filtration to M3.5 (class 100), and vibration control to < 3 micrometers/second. At the B1E, electrical substations will be installed to transform site high voltage of 13.2 kV down to 480/277 V. State-of-the-art clean power quality will be required to meet stringent lab requirements and eliminate variables from scientific research. The new facility will provide for the current needs of quantum science research in computing and communications, nanotechnology, improved atomic clock research, high speed electronic measurements, and microfabrication of research devices. The proposed B1E gross building area is approximately 137,000 square feet. Environmental and space requirements for the building are based on extensive programmatic studies of NIST?s most technically demanding scientific programs, many of which directly or indirectly support US competitiveness. The building environmental requirements for programs slated for the B1E cannot be economically met with renovated laboratory space; therefore, the B1E is a necessity for NIST?s continued long-term support of US industrial competitiveness in the world market. The solicitation will be announced as a best value trade off process (FAR 15.101-1). The government will not pay for any information solicited. Offers that do not meet all the requirements or are not submitted within the allotted time will not be considered. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). To register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at 800-333-0505 or on line at https://www.dnb.com/product/eupdate/requestOptions.html. All interested small businesses are to notify this office in writing no later than WEDNESDAY, AUGUST 1, 2007, at 12:00 p.m. local time. Your response must include the following: 1) A letter from your bonding company stating that you are bondable at a minimum of 80 million dollars for the above referenced project. 2) A statement verifying how the small business will perform at least 15% of the work and how it will be accomplished. 3) Provided proof that your firm is registered in CCR, ORCA and has a DUNS number. 4) Experience in Providing Construction Services on Similar Projects. ? Describe your past experience on at least three (3) similar projects (*) in the past ten (10) years in which you acted as a traditional General Contractor. For each project describe in detail the size, scope, complexity, phasing plan, planned and actual budget, planned and actual schedule, the tenants that occupied the various buildings, cost control and cost tracking methods, schedule control, coordination, and your experience in delivering the completed projects. Describe how you worked within a fixed schedule and within the prescribed budget. Relate those in type and scope to this project. ? (*) "Similar" is defined for this project as new phased construction, multi- story, laboratory in an occupied federal campus, with construction costs greater than $50,000,000. Acceptable alternate similar projects include multi-storied, new construction for hospitals, research facilities or other complex buildings in metropolitan areas, college /medical campus with a minimum of 120,000 gross square feet and construction costs greater than $50,000,000.00 5) Past Performance in Providing General Construction Services on Similar Projects. ? Provide current information for two references for each project submitted under Evaluation Factor Number 1 ? Experience on General Construction Services. References must have thorough knowledge of the details of the offeror?s performance (such as the Project Manager, City Manager/Campus Owner, or Contracting Official associated with the project) under the majority of the contract performance period, so that they may sufficiently respond to the questionnaire. Provide contact names, addresses and telephone numbers. ? If any problems were encountered on the identified contracts for which the offeror has submitted references, the contractor may provide a brief narrative describing the nature of the problems and the corrective action taken. All interested parties shall submit a written response package no later than WEDNESDAY, AUGUST 1, 2007, at 12:00 p.m. local time. All submissions are to be addressed to the following: Jason Gerloff, Contract Specialist Mountain Region Acquisition Division (MRAD) National Oceanic and Atmospheric Administration (NOAA) U.S. Department of Commerce 325 Broadway (MC3) Boulder, CO 80305-3325 (303) 497-6320
- Place of Performance
- Address: 325 Broadway, Boulder, CO
- Zip Code: 80305-3328
- Country: UNITED STATES
- Zip Code: 80305-3328
- Record
- SN01341698-W 20070715/070713220620 (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 |