Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2010 FBO #3303
SOURCES SOUGHT

38 -- CDC Bldg. 401 Build-Out, Ft. Collins, CO

Notice Date
12/8/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
20110078
 
Point of Contact
Kenneth R Ivery, Phone: 770-488-2772
 
E-Mail Address
kivery@cdc.gov
(kivery@cdc.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta) has been tasked to solicit for the award of a project to include the design and construction (Design-Build Contract) for three individual projects on the CDC Fort Collins Campus, 3156 Rampart Road, Fort Collins, Colorado. The proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis, or for any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include 8(a) firms to perform a Firm Fixed Price Contract. The projects are generally described below, but the scope is not limited to: Project #1 - The design and construction build-out of two existing shelled areas for offices and laboratory support offices within the existing multi-story building CDC Building 401. The construction area is approximately 14,000 NSF divided between two floors. The project includes some demolition of existing walls, partitions, finishes and fixtures. The build-out includes new walls and partitions; floor, wall, and ceiling finishes; MEP systems; new toilets and two new elevator openings and a structural floor landing infill within a high bay lobby. The office areas include the open and closed offices for approximately 70 persons, break rooms, conference space, clinic suite and director's suite. The contractor will provide interior design services, including surveys of existing furniture. The Contractor will relocate existing systems and modular furniture, file cabinets, seating, etc, and provide new systems and modular furniture, seating, etc. The contractor will be required to relocate approximate 70 persons from the on campus Building 410 to Building 401 at the end of the project. Project #2 - The design and construction of a 2,600 GSF pre-engineered metal building to house mechanical ultra-low laboratory freezers. The project includes the electrical, security, fire alarm, BAS and communications utility tie-ins to Building 401. There are no water services to this building. Special foundations may be required due to expansive soils. The Contractor will perform all required soils testing and site surveys. Soils borings for the recently constructed Building 401 are available for the Contractor's use, but are not guaranteed to represent conditions of this nearby site. The building design and quality of construction will be based substantially on an existing building located on campus. The project includes the site preparations and site work to allow vehicular and pedestrian access from an existing parking area. The contractor will be required to relocate approximately 45 upright and chest ultralow freezers including their contents which are biological samples (BSL-2 and BSL-3 materials) at the end of the project. Project #3 - The design and construction of various site work alterations and campus security perimeter relocation. This project will remove the leased Building 410 from the defined campus security boundary. Work includes: relocation of security fencing, site lighting, security cameras, and vehicular barriers and barricades; alteration of existing site driveway pavement and parking areas to accommodate the revised fence boundary line, including new curb and gutter work, repair of failed pavement, upgrade existing gravel parking areas; and the stabilization of a cut earth embankment on site. The government estimates total cost of design and construction of all three projects is between $3,000,000 and $4,000,000. Anticipated Contract period of performance is 250 calendar days. The NAICS Code assigned is 236220. All contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a federal contract. This procurement is restricted to 8(a) small businesses. All project work within Building 401 and on Fort Collins Campus will be completed within the occupied and operational facility, while maintaining the security of existing CDC operations is paramount. All interested firms shall be required to possess the necessary permits, registration and licenses that may be required to carry out tasks covered under this contract. The Design portion of the contract must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, design development, CADD production, professional services, pre-design site-assessment, design, geotechnical investigations and reports, construction documentation, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: topographic and boundary surveys. The contractor is also required to have expertise and knowledge of the design of security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by, or under the direct supervision of licensed professional Architects or Engineers. A-E disciplines required to comply with the above requirements include but are limited to, registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), interior designer, construction management. Offeror's response to this Synopsis shall be limited to 5 pages and may include the following information: photographs, graphic examples, or narrative project descriptions of relevant past projects for consideration. Electronic submissions are required. Each submittal shall include: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to meet design personnel requirements. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute design and construction, comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. Offeror's Joint Venture information, if applicable - existing and potential Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 02:00 PM (EST) 07 January 2011. All interested contractors must be registered in CCR to be eligible for award of a government contract. Email your response to: Kenneth Ivery, Contract Specialist, Phone (770) 488-2772, Email KAI7@CDC.GOV. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The government will select one offeror for this negotiated contract work. Site visits will not be arranged during this source sought period. The selected firm will be given a copy of the project bidding documents and a tour of the site prior to issuance of any Request for Proposal. All efforts will be made to make this award no later than March 2011. Questions and letters of interest concerning this sources sought solicitation shall be e-mailed to kai7@cdc.gov, Kenneth Ivery, Contracting Officer In order to reduce the possibility of error and to increase the quality of our service to you, all letters, packages, etc, must include the name of the Contracting Officer for the particular project. Submit written correspondence to: Centers for Disease Control and Prevention (CDC), Procurement and Grants Office, Buildings and Facilities Contract Branch, ATTN: Kenneth Ivery, Room 2813, Mailstop K-71, 2920 Brandywine Road, Atlanta, Georgia 30341.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/20110078/listing.html)
 
Place of Performance
Address: Building 401, 3156 Rampart Road, Fort Collins, Colorado, 80521, United States
Zip Code: 80521
 
Record
SN02340728-W 20101210/101208234211-80702b0ca3d47bfb0d9440fc6992b94f (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.