Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 11,1998 PSA#2114

GSA, PBS, Property Development (4PCC), Suite 2500, 401 West Peachtree St., NW, Atlanta, GA 30365-2550

Y -- CONSTRUCTION OF THE NEW CENTERS FOR DISEASE CONTROL AND PREVENTION LABORATORY, CHAMBLEE, GA SOL GS04P98EXC0015 DUE 063098 POC Laurie Chestnut, Contract Specialist, 404/331-4368 WRITTEN EXPRESSIONS OF INTEREST FOR THE NEW CENTERS FOR DISEASE CONTROL (CDC) AND PREVENTION LABORATORY-CHAMBLEE, GA. The General Services Administration is soliciting written expressions of interest from qualified contractors desiring to participate in the Source Selection procurement process for the construction of the new CDC Laboratory in Chamblee, GA. The scope of services by the General Contractor shall include, but not be limited to, all labor, equipment, materials, tools and supervision to completely construct the proposed Chamblee Lab Building 103 on the Chamblee Campus site located at 4770 Buford Highway, Chamblee, GA. The Lab Building will be occupied by a Division of the National Center for Environmental Health, Centers for Disease Control and Prevention. The facility will be approximately 7432 gross square meters (3716 net square meters) of new laboratory building and energy plant. The laboratory building will consist of Level 2 chemical laboratories, clean rooms, laboratory support, offices, office support and a loading dock. The energy plant shall consist of mechanical and electrical equipment areas and an enclosed equipment yard. Due to space limitations at the Chamblee Campus, this project will be phased as follows: (1) Asbestos abatement/demolition of existing wooden structures; (2) Construction of the Chamblee Lab Building 103; and (3) Additional asbestos abatement/demolition of existing wooden structures. Occupancy is anticipated for the fourth quarter of fiscal year 2000. The estimated construction cost range for this project is between $10,000,000 and $18,000,000. This procurement is being solicited on an unrestricted basis and is open to participation by both large and small business concerns. The applicable Standard Industrialized Classification Code for this procurement is 1542 with a size standard of $17 million. The Government intends to procure these services utilizing source selection and FAR Part 15 procedures. The best value continuum concept will be utilized for evaluation of offers and selection of the successful offeror; therefore, award may not necessarily be made to the lowest price offered or the highest technically rated offeror. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, initial proposal should be made on the offeror's best terms from a cost or price and technical perspective. Following receipt of letters of interest from qualified offerors, the Government will issue to each a request for proposal detailing the evaluation factors and requesting technical and cost data. The following evaluation factors will be evaluated and scored: 1) Past Performance While Providing Construction Services on Similar Projects (400 points) -- Provide at least three reliable references including name, title, phone number and fax number for each of the projects listed in factor 2 below . The offeror shall describe its performance of the services provided by demonstrating whether the project was completed on time and within budget, how it coordinated work with its subcontractors, what efforts were made to resolve problems and how safety issues were handled. Describe your ability in working in a non-adversarial relationship with the owner. Describe your ability to maintain project quality and schedules while controlling costs. Describe your use of Alternative Dispute Resolution such as arbitration, mediation or some other informal dispute resolution mechanism, to avoid litigation; 2) Past Experience in Providing Construction Services on Similar Projects (200 points) -- Provide at least three same or similar complex research, laboratory and/or bio-containment projects with a construction cost range of between $10,000,000 and $18,000,000 or more, where the offeror has provided construction services as a prime contractor within the past ten (10) years. Demonstrate how projects deemed similar are comparable in scope and complexity to this project. **Additional Submission: Describe the experience of the offeror's first tier mechanical HVAC, electrical, structural concrete, and building controls subcontractors; 3) Qualifications and Experience of Key Personnel (200 points) -- Provide resumes of experience and academic and professional achievements of the following key personnel-Project Manager, Scheduler, Project Engineer, Site Superintendent and Quality Control or Quality Assurance Superintendent. Submit a preliminary staffing plan and identify the proposed duties of the key personnel. Identify the proposed key personnel as part time or full time and identify the firm for which the employee works (i.e., an employee of the firm or subcontractor); and 4) Management Approach and Understanding of the Work (200 points) -- Provide a narrative, no more than 6-single-spaced, single-sided pages, demonstrating your understanding of the requirements by describing the methodology to be utilized for planning and procuring major components, scheduling and a general management approach to the project along with a management plan, and a preliminary safety and quality control plan. The narrative shall include the offeror's ability to use network analysis scheduling, and the offeror's capability to complete 15% of the construction in-house. **Additional Submission: Submit a list of all proposed major equipment and materials to be installed on this project, (i.e. electrical, HVAC, casework). GO/NO-GO REQUIREMENT: Bonding Capacity. All offerors must provide a letter from a bonding corporate surety that appears on the list contained in the Department of Treasury Circular 570-Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable reinsuring Companies or acceptability of Individual Sureties in accordance with FAR 28.202 and 203 that states that they possess bonding capacity commensurate with the high-end range of this project construction range of $18,000,000. Subcontracting Plan. Large business concerns will be required to submit a Small Business and Small Disadvantaged Business Subcontracting Plan for approval by GSA according to FAR 19.702 (a)(2), that reflects a proactive effort to achieve the minimum goals for all subcontracted work: Small Business (32%), Small Disadvantaged Business (6%) and Small Women-Owned Businesses (3%). Cost proposals shall be submitted simultaneously with the technical proposal, (less the additional submissions as indicated by the (**) shown above), sealed and unopened, under separate cover and in accordance with the instructions of the solicitation and Scope of Work. Technical data of the proposals should be in an 8 1/2 x 11 spiral bound format and should be organized to correspond chronologically to the aforementioned evaluation factors and submission requirements. Qualified firms wishing to compete for this procurement must submit a Letter of Interest, by June 30, 1998, 4:00 p.m. (local time), addressed to the attention of Laurie Chestnut, GSA, PBS Property Development Division, 4PCC, Suite 2500, 401 West Peachtree Street, N. W., Atlanta, GA 30365-2500, Suite 2500, 404/331-4368. No Letters of Interest will be accepted after June 30, 1998. Facsimiles will not be accepted. Offerors failing to submit a Letter of Interest by hand or mail by June 30, 1998 will be ineligible to compete as a prime contractor. Solicitations will be available on or about July 22, 1998. Proposals will be due on August 25, 1998, no later than 4:00 p.m. (local time). Additional submissions, as indicated by the (**) shown above, will be due on September 1, 1998 at 4:00 p.m. (local Time). Proposals and additional submissions received after the deadlines established above will be handled in accordance with FAR 52.215-1. Submissions shall be addressed to the attention of Laurie Chestnut, GSA, PBS Property Development Division, 4PCC, Suite 2500, 401 West Peachtree Street, N. W., Atlanta, GA 30365-2500. This is not a Request for Proposal. (0160)

Loren Data Corp. http://www.ld.com (SYN# 0138 19980611\Y-0009.SOL)


Y - Construction of Structures and Facilities Index Page