Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,2000 PSA#2574

USDA-APHIS, ABS,SCB, 4700 River Rd, Unit 45, Riverdale, MD 20737-1238

Y -- CONSTRUCTION MANAGER/PRIME GENERAL CONTRACTOR FOR NEW CONSTRUCTION SOL APHIS 0-008 DUE 050800 POC Crystalynn Rudisaile (301) 734-5343 USDA-APHIS is soliciting proposals from qualified firms to act as the Construction Manager/General Prime Contractor (CM/GPC) for the construction of the new APHIS Miami Facility at the Miami International Airport (MIA) in Miami, FL. PROJECT SUMMARY: USDA-APHIS presently operates one of the largest Animal and Plant Inspection Stations in the country at the MIA. These facilities are thiry-one years old, are functionally obsolete and do not meet the new USDA quarantine and health operation guidelines. Because of USDA'S growth and importance at MIA, it is necessary to replace the existing facilities with a new state of the art "one stop" intergrated facility which will allow USDA-APHIS to expand its inspection programs and implement its new operational requirements at MIA. The construction of the new facility will be completed in three phases and take place while the existing facilities are in operation. Phase I will consist of the demolition of the animal export barn and the construction of the new 64,509SF Animal Import/Export building, which consists of the Animal Import Center for Quarantine of animals coming into the United States and an Export Center for animals leaving the United States. Phase II will consist of the demolition of the existing animal import barn and construction of a new 43,180 SF Plant Inspection Station in that location. Phase III will consist of demolition of the existing plant inspection station and the construction of a new 4,017 SF kennel for housing the APHIS K-9 unit and facility parking in that location. The estimated construction dollar magnitude for the new facility is between $10-$14 million. The new facility is scheduled to come on line in mid 2003. SCOPE OF WORK: The selected CM/GPC will be a member of the team consisting of the Government, Miami-Dade Aviation Division, the CM/GPC, design consultants/cost control firms of Cannon and Hanscomb Engineering and USDA's selected design firm of LIVS Associates, as architects and engineers of record. The CM/GPC will provide designreview and make recommendations of plans and specifications as they have been and are being developed with emphasis on keeping the cost of the project within budgetary limitations, assist in the development of a total project cost estimate, make recommendations on value engineering type changes, prepare construction schedules, provide all management, supervision, labor, materials, supplies and equipment, coordinate and assure effective performance of all construction to meet the project requirements, bid/negotiate and award all subcontracts, perform general condition items, provide quality assurance inspections and assume the responsibility for completing the project within the Guaranteed Maximum Price (GMP) and in compliance with the developed design specifications, drawings and the provisions of the contract. METHOD OF SELECTION: The CM/GPC will be competitively chosen using a two phase selection process. Performance and payment bonds will be required from the selected contractor prior to issuance of the Notice to Proceed under phase two. Acutal bonding requirements will be established when the final GMP is established. Under phase one, offerors must submit information addressing the phase one evaluation factors. The Government will evaluate the submissions and notify the offerors of their potential to be viable competitors for phase two. A maximum of five viable offerors will be selected to participate in phase two. Phase two evaluation factors will include price, project management, approach to the project, project staffing and qualifications from phase one. For this contract, the technical factors, when combined, are significantly more important than cost or price. Prime contractors assembling a team are cautioned that the evaluation will be based on the team, not just the prime contractor. The Government reserves the right to make selections and award without discussions with the offerors. HOW TO OFFER: Interested offerors must request the Phase One Request for Proposal package, which contains the Offeror Qualifications Statement, from the contracting officer by fax (301) 734-8871 or e-mail at Crystalynn.P.Rudisaile@usda.gov (no telephone requests will be accepted). The RFP package will be sent to offerors by mail or overnight delivery (if requesting overnight delivery service, include your account number) This package will be the only form of submission accepted. Additional material will not be evaluated and will not be returned. Interested offerors shall submit their Offeror Qualifications Statement to Crystalynn Rudisaile, Contracting Officer, USDA-APHIS, Specialized Contracting Branch, 4700 River Road, Unit 45, Riverdale, MD 20737. ALL QUALIFICATION STATEMENTS MUST BE RECEIVED no later than 4:00 p.m.est on Monday May 08, 2000. PHASE ONE EVALUATION FACTORS: The evaluation factors are listed in descending order of priority with factors #1 and #2 being of equal value and #4 and #5 being of equal value. The offeror must demonstrate its experience and professional ability in the following areas: (1)CONSTRUCTIONMANAGEMENT EXPERIENCE: Experience as a CM/GPC on projects of similar size and general scope of this project (quarantine facilities, laboratories, work at major airports, inspection/cargo facilities; (2)CONSTRUCTION EXPERIENCE: Construction experience of CM/GPC, including potential subcontractors, on projects of similar size and general scope of this project; (3)MANAGEMENT PLAN AND ACCOUNTING EXPERIENCE: Proposed management plan including cost management ability, accounting system which will be used, experience in critical path scheduling, automation systems that will be used; (4)EXPERIENCE OF CM/GPC'S PROFESSIONAL STAFF ASSIGNED TO THIS PROJECT: The CM'GPC's proposed key personnel for this project including professional experience, qualifications, education, training, registration and years with your firm; (5)PAST PERFORMANCE ON GOVERNMENT PROJECTS: Past performance on Government projects in terms of cost control, problem resolution, quality of work, timely completion and customer satisfaction; (6)ENGINEERING AND ARCHITECTURAL EXPERIENCE: Technical architectural, engineering, value engineering experience in the design of quarantine facilities, laboratories and work at major airports. Posted 04/05/00 (W-SN441608). (0096)

Loren Data Corp. http://www.ld.com (SYN# 0091 20000407\Y-0003.SOL)


Y - Construction of Structures and Facilities Index Page