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