Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 4,2000 PSA#2593

FDA/DCFSC/CFCB 5600 Fishers Lane, HFA-531, Rockville, MD 20857

Y -- CONSTRUCTION OF THE FDA AT IRVINE, IRVINE, CALIFORNIA SOL 223-00-9803 DUE 070600 POC Patricia G. Calhoun, (301) 827-1022 The "FDA at Irvine" project is a new research laboratory and office building to be located on the currently undeveloped site at 19701 Fairchild Avenue, Irvine, California. The project includes, but is not limited to, site preparation, building construction and fit-out, surface parking, on and off-site utilities, and landscaping. The building is two stories plus a basement comprised of approximately 12,535 total gross square meters (134,927 gsf) -- approximately 5,216 gross square meters (56,145 gsf) of office space and 7,319 gross square meters (78,781 gsf) of biology and chemistry wet laboratories. Other building areas include a detached storage building, various environmental rooms, and a BSL3 suite. The office areas are steel frame construction. The laboratories are cast-in-place concrete construction. The building has exposed cast-in-place architectural concrete sheet walls throughout. Other building elements include a sloped glazed curtainwall, three elevators, and built-up flat roof. The building mechanical systems use VAV-air supply in offices and a constant volume, single pass air system in laboratories with centralized multiple laboratory exhaust, roof-top AHUs and lab exhaust equipment. All mechanical systems are controlled by a Building Automated Control System. This project is designed with metric dimensions and shall be constructed utilizing metric dimensions. The project includes 12 construction options that may be exercised depending upon the availability of funds. The total period of performance is 24 months from Notice to Proceed and due to funding availability is broken into two phases. The Base contract work (Phase I) is for 12 months, and Option A work (Phase II) is for 12 months. The estimated cost of construction is greater than 25 million dollars. Funds are not currently available for this contract and therefore this solicitation is issued "Subject to the Availability of Funds." Award is anticipated no earlier than mid to late September 2000 and no later than mid to late December 2000. The solicitation will be available on/about May 22, 2000 and is open to all qualified contractors. This Request for Proposals is a negotiated best-value solicitation. All responsive proposals that meet all the mandatory minimum qualifications will be subjectively evaluated in accordance with the stated criteria for technical/management, past performance, and cost. Offerors which do not demonstrate that they meet all the minimum mandatory requirements will be ineligible for award and proposals submitted by these offerors will not be further evaluated. The minimum mandatory requirements are as follows: (1) Offerors must demonstrate in writing the firm's organizational experience as a General Construction contractor responsible for at least three (3) new construction' projects within the past ten (10) years which are similar in size, type (chemistry and/or biological laboratory/hospital/medical research), and technical complexity to the project in this solicitation. The projects shall meet all of the following requirements: (a) Construction was for a new building including site work, structural, electrical, mechanical, plumbing, architectural, and fire protection systems; (b) At a minimum, one (1) of the projects must be completed and two (2) of the three projects must be at least 75% completed at time of proposal submission; and (c) The projects included shall not be less than 4,645 GSM (50,000 gsf) of laboratory (chemistry and/or biological laboratory/hospital/ medical research) space. (2) Offerors shall submit resumes and information to demonstrate the qualifications of the General Construction Contractor's key personnel for the categories proposed for assignment on this project. (a) Resumes shall be submitted for the following assignments on this project: (1) Home Office Construction Executive; On-Site Construction Project Manager; On-Site Construction Superintendent. (b) For each of the General Construction Contractor's key personnel, the resume shall indicate the following qualifications: (1) Successfully performed the same functions as the assignment being proposed for on this project on no less than two (2) new construction' projects similar in size, type (chemistry and/or biological laboratory/hospital/medical research), and technical complexity to the project in this solicitation, within the past five (5) years. At a minimum, one of the projects must be completed and the other a minimum of 75% completed at time of proposal submission. (2) Ten (10) years experience in the construction industry. The technical/management criteria are as follows: (1) PROPOSED CORPORATE TEAM STRUCTURE AND RELEVANT EXPERIENCE -- The offeror's proposed corporate team structure (General Contractor and all Subcontractors with Primary Subcontractors: Mechanical; Building Control Systems; Laboratory Control Systems; Electrical; Architectural Concrete; Structural Steel; Curtain Wall; and Laboratory Casework being named) will be evaluated to determine demonstrated organizational experience and experience in working together as a team. Documented corporate experience (General Contractor and Primary Subcontractors) experience within the past 10 years in providing construction services for major chemistry and/or microbiology laboratory/hospital/medical research facilities; especially as related to complex, operational mechanical/electrical building utility systems on Government or private projects comparable to or greater than the size, complexity, magnitude, and phasing of this project. The projects shall have included not less than 4,645 gross square meters (50,000 gross square feet) of laboratory (chemistry and/or microbiology laboratory/hospital/medical research) space. Per FAR 15.304(c)(4) the extent of and methods used to develop subcontracting possibilities for small disadvantaged business concerns will also be evaluated. (2) WORK PLAN -- The work plan shall consist of the following: A Critical Path Method schedule containing sufficient milestones to explain how the work will be accomplished; A detailed narrative of the critical path activities, milestones, durations, and other important activities during construction; How actual progress will be measured; and Logic and sequence of events necessary for the successful completion of the project. Experience (why and how used) of the General Contractor's and all subcontractor's firm and personnel with the Meridian's Prolog 5.1 Website Based Project Control System and other website based project control systems. Other management control systems utilized to maintain effective schedule, technical, quality, and price controls. (3) PROPOSED PERSONNEL TEAM STRUCTURE AND RELEVANT EXPERIENCE -- The offeror's proposed personnel (General Contractor's and Primary Subcontractors') and staffing approach (key management personnel, delegations of responsibility, assignment of authority, experience in working together as a team for the same or similar work) will be evaluated to determine demonstrated ability to staff and manage the project. Documented personnel experience in successfully carrying out the assigned responsibility for a minimum of three construction projects, within the past five years, where each project had a total construction cost of not less than $15 million and included not less than 4,645 gross square meters (50,000 gross square feet) of laboratory ( chemistry/and/or microbiology laboratory/hospital/medical research) space. (4) CONTRACT ADMINISTRATION AND SUBCONTRACT MANAGEMENT -- The offeror will be evaluated on his demonstration of the roles and responsibilities of the on-site team with regard to cost estimating, proposal preparation, change order processing, and subcontract management with respect to work schedule, change order requests and quality of work. The past performance criteria are as follows: The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the contract requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of mechanical or mathematical analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgment by the Government after it considers all available and relevant information. When assessing performance risks, the Government will focus on the past performance of the offieror as it related to all acquisition requirements such as cost, schedule, and performance, including standards of good workmanship; the administration aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. Past performance findings will be highly influential in determining the relative merits and risks associated with the offeror's proposal in a comparative assessment with all competitors. The Government will evaluate the reputation and quality 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 to other offerors. Evaluation of past performance will be a subjective assessment based upon consideration of all relevant facts and circumstances. The Government is seeking to determine whether an offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services at fair and reasonable prices. Offerors will be given an opportunity to address unfavorable reports of past performance, and the offeror's response, or lack thereof, will be taken into consideration. In investigating the offeror's past performance, the Government will consider references submitted by the offeror and may consider information from other sources. The cost/price criteria are as follows: Price/Cost shall be provided in the format identified in Section L -- 1 and will be evaluated on the basis of cost realism. As discussed in FAR 15.404-1(d), cost realism analysis is the process of independently reviewing and evaluating specific elements of each offeror's proposed cost estimate to determine whether the estimated proposed cost elements are realistic for the work to be performed; reflect a clear understanding of the requirement; and are consistent with the unique methods of performance and materials described in the offeror's technical proposal. Realism of prices and costs against technical/management proposals may be evaluated as a part of the overall evaluation. Costs will be evaluated as an objective and subjective factor. All cost and pricing information provided will be used to determine its allowability, allocability and reasonableness relative to the work to be performed under the proposed contract. The negotiated rates for field overhead, prime's overhead on subcontractors, prime's home office overhead, and prime's profit will be incorporated into the successful offeror's contract and will be applied to the direct costs of all contract modifications, additive and deductive, (excluding modifications to exercise options). Prime's home office overhead will not be considered on a change order unless the change effects the construction schedule. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The solicitation and all attachments, except the plans and specifications, will only be available on the FDA web site at http://www.fda.gov/oc/ofacs/contracts. Prospective offerors are responsible for downloading the solicitation and amendments as they may be issued. These documents will be in portable document format (PDF) and can be read and printed with Adobe Acrobat Reader software version 3x or above. A link to the free downloadable Adobe Acrobat Reader software is available on the FDA web site. It is the offeror's responsibility to monitor the FDA web page for the release of the solicitation and amendments. Hard copies will be provided to individuals eligible under the Americans with Disabilities Act and the Rehabilitation Act upon request. Although the solicitation is available on the internet, the plans and specifications can only be acquired by written request (referencing the solicitation number and including a contact person, company name and address, telephone and fax numbers) and including the appropriate payment to DHHS/Food and Drug Administration, Division of Construction and Facilities Support Contracting, 5630 Fishers Lane, Room 2057, Rockville, MD 20857. The plans and specifications are available at a nonrefundable cost of $450.00 per set and only company checks or money orders will be accepted and they shall be made payable to the "Food and Drug Administration." The availability of plans and specifications is limited and will be furnished, until the supply is exhausted, on a first received, first served basis. The complete solicitation package is available for review only at the following locations: Food and Drug Administration, Room 2057, 5630 Fishers Lane, Rockville, MD. Contact: Pat Calhoun @ (301) 827-1022;Hours: 7:00 AM -- 3:30 PM, M-F; and Food and Drug Administration, Suite 300, 19900 MacArthur Boulevard, Irvine, CA. Contact: Lloyd Lehrer @ (949) 798-7777; Hours: 7:00 AM -- 3:30 PM, M-F. Posted 05/02/00 (W-SN450518). (0123)

Loren Data Corp. http://www.ld.com (SYN# 0101 20000504\Y-0009.SOL)


Y - Construction of Structures and Facilities Index Page