Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25,1998 PSA#2188

GSA, PBS, NCR, Property Development Division (WPC), Room 2002, 7th & D Streets, SW, Washington, DC 20407

Y -- FDA CONSOLIDATION -- CFSAN & CVM, COLLEGE PARK, MD SOL GS-11P98AQC0011 DUE 120198 POC Harry Debes, Project Manager (202)708-7623 E-MAIL: FDA Consolidation -- CFSAN & CVM, College Park, MD, harry.debes@gsa.gov. The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) in a negotiated procurement for the Consolidation of the Food and Drug Administration -- Center for Food Safety and Applied Nutrition (CFSAN) and Center for Veterinary Medicine (CVM). Construction is for a five (5) story superstructure. One of the five levels is below grade. Overall, the building will have over 260,000 occupiable square feet (24,760 osm) with a total of over 410,000 gross square feet (38,000 gsm). Unique features of the project include 100,000 gsf (9,290 gsm) laboratories and approximately 250,000 gsf (23,225 gsm) of modern offices, and 60,000 gsf (5,575 gsm) of long-term filing, classrooms, exercise room, and a loading dock area. The building includes a four (4) story atrium, a 5,000 gsf (465 gsm) food court building and a state-of-the-art physical security. The project will be constructed in two (2) phases, consisting of foundations and below grade structures by a current construction contract and the remainder of the superstructure in this construction procurement. A construction contract for the foundation phase was awarded to Hillian Brothers and Sons, Inc. Work started on April 27, 1998 and is scheduled to be completed by December 30, 1998. This superstructure procurement is scheduled to be awarded in December 1998 with on-site construction starting January 1999, and overall project completion scheduled for April 2001. One consolidation construction contract will be awarded based on Technical Evaluation Factors and Base Bid and Evaluated Options (finishes, audio visual and security equipment) prices. The base bid and evaluated options have an estimated construction cost range of $50.0 million to $70.0 million. The Contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided), and must plan, schedule, coordinate and assure effective performance of all construction to meet General Services Administration (GSA) and client agency requirements. The Contractor will perform the superstructure construction in accordance with the design specifications, drawings, and the provisions of the contract. Competitive formal source selection procedures will be used in accordance with FAR 15.3. The contract will be Firm Fixed Price. The "greatest value concept" is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal being to select the proposal that offers the greatest value to the Government in terms of performance quality and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: PAST PERFORMANCE (45%) The Offeror must have satisfactory performance as a General Construction (GC) Contractor responsible for the construction of at least three (3) similar projects, within the past ten (10) years. EXPERIENCE (25%) The General Contractor, the offeror, must demonstrate its experience as a General Construction (GC) Contractor responsible for the construction of at least three (3) similar projects, within the past ten (10) years. Of the three similar projects, one must be at least a chemistry and/or biological lab project and one must be a government project. Similar project is defined as a project that is comparable in nature, type, and complexity to the project in this solicitation, and meets all three (3) of the following characteristics. (a) New Construction was for an office and lab building, including structural, electrical, mechanical, plumbing, fire protection systems and architectural for the tenant areas. b) Construction work was performed in a Metropolitan/Urban site. (c) The project met one (1) of the following criteria: (i) The building size was not less than 200,000 gross square feet, or (ii) The construction cost at award of the construction contract was not less than $40.0 million. EXPERIENCE (20%) For the Major Subcontractors: HVAC Subcontractors at minimum $15.0 million; Concrete and Framing Subcontractors at minimum $5.0 million; Electrical Subcontractors at minimum $5.0 million; Casework Subcontractors at minimum $3.0 million; Control Subcontractors at minimum $1.0 million. SUBCONTRACTING PLAN (10%). This solicitation is not set-aside for small business, however this procurement is being made under the Small Business Competitiveness Demonstration Program. FAR 19.102 Size Standard SIC 1542 -- $17.0 million. The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, small disadvantaged, and women-owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small, Small Disadvantaged and Women Owned Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000 ($1,000,000 for construction) will be required to demonstrate that its subcontracting plan represents a creative and innovative program for involving small, small disadvantaged, and women-owned small business concerns as subcontractors in the performance of this contract. Tentatively, the RFP will be available for issuance during the week of October 19, 1998, and will be due approximately six weeks after issuance. Specifications and drawings will only be available for purchase directly from the designated printing firm. Interested offerors must contact Mr. Sulalman A. Sannoh, ABC File Job Manager, of ABC Imaging/Topel, 1147 20th Street, NW, Washington, DC, 20036, at (202)429-8870 ext. 108, by facsimile on (202)659-8758, or by e:mail at ssannoh@abcimaging.com, to request a job order form. (GSA, NCR, ROB will not distribute specifications and drawings.) Specifications and drawings may be purchased by discipline: Vol. I -- Civil, Architecture, Labs; Vol. II -- Structural; Vol. III—Mechanical/Plumbing; Vol. IV -- Electrical; Vol. V -- Fire Protection; Vol. VI -- Specialty (Food Service, Telecom, Security/Audio Visual, Signage). The cost per volume will be based on the final sheet count in each volume at the time of issuance of the RFP. One complete set of drawings and specifications will be on display during the RFP period at GSA/NCR/PBS, Bid Activity -- Room 1065, 7th & D Streets, SW, Washington, DC 20407. (Telephone 202-708-9903). Posted 09/23/98 (W-SN253222). (0266)

Loren Data Corp. http://www.ld.com (SYN# 0115 19980925\Y-0006.SOL)


Y - Construction of Structures and Facilities Index Page