SPECIAL NOTICE
99 -- Request for Information - Construction of High-Containment Continuity Laboratory, Building 28 - CDC Roybal Campus, Atlanta, GA
- Notice Date
- 2/3/2023 1:32:58 PM
- Notice Type
- Special Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
- ZIP Code
- 30333
- Solicitation Number
- 75D301-23-RFI-72586
- Response Due
- 2/15/2023 2:00:00 PM
- Point of Contact
- Patrick Winders
- E-Mail Address
-
vxx6@cdc.gov
(vxx6@cdc.gov)
- Description
- THIS IS A REQUEST FOR AN EXPRESSION OF INTEREST. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Centers for Disease Control and Prevention (CDC) will likely issue a solicitation, as a Request for Proposal (RFP), for general construction services for a High-Containment Continuity Laboratory (HCCL) building at the CDC Roybal campus located at 1600 Clifton Rd., Atlanta, GA 30333 in calendar year 2023.� The CDC has already awarded an Architecture and Engineering (A/E) contract to design the HCCL.�The design of the HCCL and associated Pre-Construction services are completed. �The forthcoming solicitation will be for construction of the HCCL design.� CDC requests letters of interest from qualified SMALL AND LARGE BUSINESS GENERAL CONSTRUCTION CONTRACTORS THAT CAN PERFORM AS A PRIME GENERAL CONTRACTOR on the planned HCCL Building in Atlanta, Georgia. By way of this Request for Information, CDC intends to determine the extent of capable firms that are engaged in providing the general construction services described hereunder. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. Response to this Request for Information is not mandatory for consideration in any subsequent Request for Proposal. The HCCL will have gross building area of approximately 175,000 square feet and will consist of bio-safety level (BSL) 3E and 4 laboratories and supporting infrastructure space.� The required work involves a General Contractor providing comprehensive preliminary planning/project start-up (this is not to be construed as design period Pre-Construction work) and construction services, including, but not limited to: management and inspection services, bonds, insurance, CPM schedules, health and safety plan, quality control plan, product submittal development and review, develop required coordination drawings, construction administration services, security and logistic control, furnish tools, materials, equipment, labor and incidentals, safety review/inspections, quality control, coordinate all construction related work, test and inspections, commissioning, operational manuals, facilities maintenance training, record documents, warranties, and other related professional services. This procurement is anticipated to be unrestricted regarding business size. �Interested contractors must have an active registration, including completion of the annual representations and certifications, in the System for Award Management (SAM) at http://sam.gov at the time of proposal submission in order to be eligible for award.� Only Contractor firms and their major consultants/joint venture partners having offices within the continental United States�will be considered for this procurement. The proposed project is anticipated to be a competitive, firm-fixed-price, construction contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a two-phase Best Value-Tradeoff Process. The estimated magnitude of construction is over $275 million. The North American Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Intuitional Building Construction) Business Size Standard of $45 Million. Submission Instructions: Narrative shall be no longer than 10 pages.� Comments will be shared within the Government and the Integrated Project Team but will otherwise be held in strict confidence. Should you respond to this Request for Information, please submit the following information: 1. Firm�s name, address, point of contact, phone number, and e-mail address, and capabilities. 2. Firm�s level of interest in competing on the solicitation when it is issued. Please discuss any barriers to the firm choosing to compete on the solicitation and suggest any mitigation strategies that might help overcome those barriers. 3. Firm�s Business Size � Large, Small, Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HubZone), Woman Owned Small Business (WOSB), certified 8(a) firms, and SBA approved Mentor-Prot�g� firms. 4. Firm�s experience in successfully completed BSL-3, BLS-3E, BSL-3Ag, BSL-4, or Vivarium laboratory construction projects of similar size and dollar value range over $100,000,000.00.� THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is one market research tool being utilized to determine the availability of potential qualified contractors in acquisition planning. In addition, this Request for Information is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Response is not required for eligibility to participate in any subsequent Request for Proposal. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Request for Information no later than 5:00 P.M. Eastern Standard Time (EST) February 15, 2023. All responses under this Request for Expression of Interest �must be emailed to Patrick Winders, vxx6@cdc.gov referencing the SAM Publication number 75D301-23-RFI-72586. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity, please contact: Patrick Winders via email at vxx6@cdc.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/95da3cf51cf64277a9032e405da337a7/view)
- Place of Performance
- Address: Atlanta, GA 30333, USA
- Zip Code: 30333
- Country: USA
- Zip Code: 30333
- Record
- SN06581813-F 20230205/230203230104 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |