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