SOLICITATION NOTICE
Y -- Construction of the NIH Building 103 Project
- Notice Date
- 10/11/2001
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Division of Construction and Agency Support Contracting, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 223-02-9813
- Response Due
- 11/30/2001
- Point of Contact
- Patricia Calhoun, Contract Specialist, Phone (301) 827-1022, Fax (301) 827-1018, - Anne Oliver, Contract Specialist, Phone (301) 827-7045, Fax (301) 827-7101,
- E-Mail Address
-
pcalhoun@oc.fda.gov, aoliver@oc.fda.gov
- Small Business Set-Aside
- N/A
- Description
- The Building 103 project consists of construction of site utilities and improvements, an East Wing addition quarantine facility, a Habitat Addition, office addition and renovation to the existing building. The East Wing addition consists of 14,200 sf of ground floor space and 12,600 sf of mechanical space on the 2nd floor. The Habitat addition consists of 7,400 sf of ground floor space and 1,800 sf of mechanical space on the second floor. The office addition consists of 1,600 sf of office space, bathrooms, and locker room space. The renovations are spread throughout the existing 27,000 sf existing building. The work includes, but is not limited to: asbestos abatement; sitework; paved surface parking areas; landscaping; site utilities; excavation; foundations; concrete; miscellaneous and structural steel; masonry; single-ply EPDM roofing; curtain wall; skylights; finish hardware, coiling doors; guillotine doors; aluminum entrances and storefronts; FRP ceiling system; epoxy wall and floor systems; casework; BAS systems; HVAC systems; plumbing systems; fire protection and alarm systems; and electrical systems. The estimated cost of this project is greater than ten million. The project consists of three phases of base work and six construction options. The total period of performance is 767 calendar days from the Notice to Proceed comprised as follows: Phase I - 546 calendar days; Phase II - 60 calendar days, Phase III - 161 calendar days. A 14-calendar-day period will be required for owner move-in between phases. Overall, the period of performance, with allowances for move-in, shall not exceed 795 days. There are also six construction options. Options 2, if exercised, will add 105 calendar days to the period of performance and Option 6, if exercised, will add 52 days. If both Options 2 and 6 are exercised, the period of performance will be 952 calendar days. Options 1, 3, 4, and 5, if exercised, would not add time to the period of performance. Award is anticipated no later than March 1, 2002. The solicitation will be available on/about October 15, 2001 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. Due to space limitations the detailed evaluation criteria cannot be printed. See Section M of the solicitation document at www.fedbizopps.gov for the complete evaluation criteria. The major categories of criteria (technical, past performance, and cost) are listed in equal or descending order of importance. Evaluations are primarily subjective and include the following criteria. Minimum mandatory requirements - This will be a go no-go evaluation. General contractor must demonstrate time-specific experience on similar projects (specifics required). Key personnel must demonstrate time-specific experience on similar projects (specifics required). Technical/Management Plan Criteria - Proposed Team structure Experience and Corporate Resources including commitment letters from primary subcontractors. Demonstrated time-specific experience on similar projects (specifics required) for general contractor and primary subcontractors. Staffing Plan and Relevant Experience - Key personnel for the general contractor and primary subcontractors to include resumes and time-specific experience on similar projects. Work Plan/Quality Control - A mini CPM schedule will be required as well as management control systems used by contractors and roles and responsibilities of on-site team. Past Performance - as relates to cost, schedule, workmanship, administration, reasonable and cooperative behavior and commitment to customers. Cost - Based on cost realism for work to be performed, reflect clear understanding of work requirement and are consistent with technical proposal. Oral presentations are a part of technical evaluation process. 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 be available on or about October 15, 2001 on the FedBizOpps website at http://www.fedbizopps.gov. Prospective offerors are responsible for downloading the solicitation, attachments, and amendments. It is the offeror's responsibility to monitor the FedBizOpps website 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 the 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 $180.00 per set and only company checks or money orders will be accepted and they shall be made payable to the "National Institutes of Health." 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-OCT-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 21-JUN-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/FDA/DCASC/223-02-9813/listing.html)
- Place of Performance
- Address: Poolesville, Maryland
- Record
- SN00098109-F 20020623/020621214329 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |