Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1996 PSA#1515

National Institutes of Health, Division of Procurement, Acquisition Branch C, Bldg 13, Rm G-800, 9000 Rockville Pike, Bethesda Md 20892

Y -- Y-- BUILDING 10 PARKING GARAGE RESTORATION- NATIONAL INSTITUTES OF HEALTH, BETHESDA, MARYLAND SOL 263-95-P(CH)-0248 POC Larry Hunter, Contracting Officer, Tel# (301)402-2163, FAX#(301)402- 1103. Solicitation Announcement: The work consists of repairs and improvements to the ambulatory Care Research Facility (ACRF), Building 10 Parking Garage. The work shall be performed in phases while maintaining normal use and operations for facility patrons to the balance of the garage areas. The work shall be performed mainly on the supported levels and ramps of the garage facility. It will generally include: extensive shoring installations, removal of concrete by use of hydrodemolition and conventional chipping, removal of existing top mat reinforcing steel and installation of new epoxy coated reinforcing steel, field epoxy coating reinforcing steel contained within or extending from existing concrete columns or walls, installation of shear pins between old and new concrete, installation of a high quality silica fume concrete topping slab. Miscellaneous additional types of work included in this project are as follows: slab-on-grade repairs at isolated areas, expansion and sealant installations, membrane installation in selected areas, supplemental drains and piping, snow melt system, restriping, painting and general cleanup of the garage. Offerors should submit proposals that are acceptable without additional explanation or information. The Government may make a final determination regarding a proposal's acceptability solely on the basis of the proposal as submitted. The Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable, and may discuss proposals with their offerors. Delivery or performance requirements are as follows: Base Contract: The contract shall consist of Phases 1 through 5. Option A: Option A shall consist of Phases 6, 9, 10, 11, and 12. Option B: Option B shall consist of Phases 6, 7, 8,9,and 10. The awarding of the base contract and Option A or B shall be subject to the availability of funds. Performance Periods: The performance periods for the Base and Options are as follows, Scenario 1: For the Base Contract award only with no options exercised, the contract completion date shall be 390 calendar days after the Notice -To-Proceed (NTP). Scenario 2: For the Base Contract award and the exercise of Option A, the contract completion date shall be 710 calendar days after the NTP. Scenario 3: For the Base Contract award and the exercise of Option B,the contract completion date shall be 730 calendar days after the NTP. The proposed acquisition listed herein is for a Construction Contracting firm with a demonstrated history of successfully completed concrete restoration work (with minimum rework) of similar magnitude and complexity as in this acquisition for the last five years. The contractor's experience shall include shoring, silica fume concrete, hydrodemolition, waste water management, vehicular traffic membrane installation, Contractor Quality Control, Network Analysis System Scheduling, and reinforcement bar replacement. The contractor shall further provide a written guarantee with his/her proposal warranting against defects for a period of not less than five years from the date of final completion, all material and workmanship provided for silica modified concrete vertical surface repairs and structural slab top and soffit repairs and overlays (Specification Sections 03300 ''Cast in Place Concrete'', 03700 ''Vertical and Soffit Concrete Repair'', and 03320 ''Epoxy Coated Reinforcement'') under this acquisition. Any deficient areas of the slab top repairs, overlay, vertical surface repairs or soffit which may develop during this warranty period shall be made good forthwith by and at the expense of the Offeror. Award will be made to the responsible offeror whose offer, conforming to the conditions of this solicitation, is determined to be the most advantageous to the Government, technical, management, past performance, price, and other solicitation factors considered. A contract award may or may not be made to the offeror with the lowest proposed price or the highest rating considering technical, management, and cost/price evaluation. Interrelationships of these elements will be assessed consistent with the regulations concerning the considerations of cost and other factors in determining contract award. Although technical(which encompasses management, experience and past performance) factors are given primary consideration in determining contract award, cost/price are of significant importance in the overall contract award decision. Therefore, offerors are reminded that award will be made to that offeror whose proposal provides the combination of features that offers the best or greatest overall value to the Government. The Government may use past performance information obtained from other than the sources identified by the offeror and the information obtained will be used for both the responsibility determination and the best value decision. Firms lacking relevant past performance history shall receive a neutral evaluation for past performance. The Government intends to evaluate proposals and award a contract without discussions with offerors(except communications conducted for the purpose of minor clarification) Therefore each initial offer should contain the offeror's best terms from a technical and cost or price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Award will be made considering the following evaluation criteria listed in descending order of importance: A. Relevant Technical Experience Factor (includes general, subcontractor and key personnel experience) B. Management Plan Factor( includes work plan, project staffing plan, contractor team experience, quality control and safety record) C. Past Performance Factor (includes quality of product or service, timeliness of performance, cost control, business practices, customer (end user) satisfaction, and performance of key personnel) D. Cost Reasonableness . For purposes of evaluation, relevant technical experience, management plan, and past performance factors are approximately equal in weight. The subfactors under each factor are also approximately equal in weight. Cost is not a numerically weighted factor. An overall assessment of the offeror's past performance will be highly influential in determining the relative merits of the offeror's proposal and in selecting the offeror whose proposal is considered most advantageous to the Government. The government will evaluate the quality and success of the offeror's past performance. The assessment of the offeror's past performance will be used as a means of evaluating the relative capability of the offeror comparatively with other competitors. Past performance findings will be used to validate proposals against the established evaluation criteria. The evaluation will be based on the demonstrated capabilities of the prospective contractors in relation to the needs of the project as set forth in the Request For Proposals (RFP). The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFP. Offerors are greatly encouraged to submit information sufficient to evaluate their proposals based on the evaluation criteria listed in the solicitation document. The solicitation with a price range between 5 million and 10 million dollars is open to large and small businesses under SIC CODE 1542. The solicitation will be available 15 calendar days from the date of this synopsis notice from the Bid Custodian at 9000 Rockville Pike, Building 13, Room G-800, Bethesda, Maryland 20892 for a non-refundable cost of $100.00. Payment must be made in the form of a cashier's check, money order, or certified check only. Checks or money orders shall be made payably to the National Institutes of Health. A letter on company letterhead must be enclosed indicating the address and contact person to which all agenda and communications should be transmitted. Requests for the RFP must cite RFP No. 263-95-P(CH)-0248. Telephone requests will not be accepted. Questions should be submitted in writing to the contracting officer. Further information concerning this acquisition will be noted in the RFP. All responsible sources may submit an offer which will be considered. (0019)

Loren Data Corp. http://www.ld.com (SYN# 0097 19960122\Y-0001.SOL)


Y - Construction of Structures and Facilities Index Page