|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594FDA/DCFSC/CFCB 5630 Fishers Lane, HFA-531, Room 2129, Rockville, MD
20857-0001 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 togetheras 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 thecritical 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
RehabilitationAct 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 05/03/00 (W-SN450668). (0124) Loren Data Corp. http://www.ld.com (SYN# 0118 20000505\Y-0005.SOL)
Y - Construction of Structures and Facilities Index Page
|
|