SOURCES SOUGHT
38 -- Third Tier Parking, Ft Collins Campus (CDC)
- Notice Date
- 11/18/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2015-N-16829
- Point of Contact
- Kenneth R Ivery, Phone: 770-488-2772
- E-Mail Address
-
kivery@cdc.gov
(kivery@cdc.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Description This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta) has been tasked to solicit for the award of a project to include the construction of a Third Tier of asphalt parking, reduce the cross slope of the handicapped parking spaces, install/rework sidewalks and do miscellaneous site work on the CDC Fort Collins Campus, 3156 Rampart Road, Fort Collins, Colorado, 80521. The proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis, or for any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a) firms to perform a Firm Fixed Price Contract. The projects are generally described below, but the scope is not limited to: Project - The base bid includes converting an existing gravel parking lot into a paved parking lot with striping which will result in 57 parking spaces. The base bid work also includes removal of approximately (3) existing parking spaces to construct an exit from the new paved lot. The base bid also includes remedial earthwork and paving at the existing handicapped parking spaces to reduce the cross slope, as well as restriping to provide (3) motorcycle parking spaces. The base bid work also includes retaining walls, sidewalks, curbs, earthwork and other miscellaneous sitework in the same vicinity as the above. There is an add alternate to provide additional parking spaces in the second tier lot. The existing two tiers of paved parking shall remain open during construction of the third tier of parking, and this project shall be done in one phase. There is no additional site lighting associated with this project, but there are existing site utilities to protect during construction. There are expansion soils at this site. A "Pavement Design and Geologic Data Report," "Stormwater Management Plan," "Preliminary Drainage Report," Specifications and Construction Drawings will be provided. The government estimates total cost of design and construction of the project is between $250,000.00 and $500,000.00. Anticipated Contract period of performance is 183 consecutive calendar days. The NAICS Code assigned is 236220. All contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. This procurement is restricted to 8(a) small businesses. All project work within Building 401 and on campus will be completed within the occupied and operational facility where maintaining the security of existing CDC operations is paramount. All interested firms shall be required to possess the necessary permits, registration and licenses that may be required to carry out tasks covered under this contract. The Design portion must be accomplished by qualified, experienced, professional construction firms. These firms must be capable of: construction documentation, post design-shop drawing review, construction phase services, construction administration and CADD work (for as-built document submission and other uses). The contractor is also required to have expertise and knowledge of other technical services as may be required. All work must be performed by, or under the direct supervision of licensed professional Engineers, where required. Disciplines required to comply with the above requirements include but are limited to registered civil engineer, registered structural engineer (including retaining wall design), registered geo-technical (registered civil maybe acceptable if certified) and construction management. Offeror's response to this Synopsis shall be limited to 10 pages and may include the following information: photographs, graphic examples, or narrative project descriptions of relevant past projects for consideration. Electronic submissions (PDF's) are required. Each submittal shall include: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to meet design personnel requirements. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute design and construction, comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. Offeror's Joint Venture information, if applicable - existing and potential Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 05 December 2014, 2:00pm (EST). All interested contractors must be registered in Central Contractors Registration (CCR) to be eligible for award of Government contracts. Mail, or email your response to: Kenneth Ivery, Contract Specialist, Phone (770) 488-2772 <img style="overflow: hidden; cursor: hand; height: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; width: 16px; bottom: 0px;" title="Call: (770) 488-2772" src="data:image/png;base64,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" alt="" />, Email KAI7@CDC.GOV. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS The Government will select one offeror for this negotiated contract work. Site visits will not be arranged during this Source Sought period. The selected firm will be given a copy of the Project bidding documents and a tour of the site prior to issuance of any Request for Proposal (RFP). All efforts will be made to make this award no later than 31 March 2015. Questions and letters of interest concerning this Sources Sought solicitation shall be addressed to Kenneth Ivery, Contracting Officer in writing or may be e-mailed to KAI7@cdc.gov. In order to reduce the possibility of error and to increase the quality of our service to you, all letters, packages, etc..., must include the name of the Contracting Officer for the particular project. Submit written correspondence to: Centers for Disease Control and Prevention, Procurement and Grants Office, Branch III, Team 3, ATTN: Kenneth Ivery / Room 3222 /Mail Stop K-71, 2920 Brandywine Road, Atlanta, GA 30341. Point of Contact Kenneth Ivery, Contract Specialist, Phone (770) 488-2772 <img style="overflow: hidden; cursor: hand; height: 16px; vertical-align: middle; white-space: nowrap; right: 0px; position: static !important; float: none; left: 0px; margin: 0px; display: inline; top: 0px; width: 16px; bottom: 0px;" title="Call: (770) 488-2772" src="data:image/png;base64,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" alt="" />, Email KAI7@CDC.GOV
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2015-N-16829/listing.html)
- Place of Performance
- Address: Bldg. 401, 3156 Rampart Road, Ft Collins, Colorado, 80521, United States
- Zip Code: 80521
- Zip Code: 80521
- Record
- SN03575556-W 20141120/141118234347-8a3547aafcbf085d677b482ece7471f9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |