SOLICITATION NOTICE
38 -- High-Containment Continuity Laboratory (HCCL) - CDC Roybal Campus, Atlanta, GA
- Notice Date
- 7/19/2018
- Notice Type
- Presolicitation
- 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
- 75D301-18-R-67933
- Archive Date
- 8/10/2018
- Point of Contact
- Philippa D Butts, Phone: 7704882684
- E-Mail Address
-
ezo2@cdc.gov
(ezo2@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- Project Overview The Centers for Disease Control and Prevention (CDC) operates high-containment laboratories (HCLs) to study some of the most virulent threats to public health. Outbreaks involving pathogens such as the Ebola and Zika viruses place increased pressure on our national research resources to maintain appropriate biocontainment environments. CDC's need for continuous high-biosafety level (BSL) containment laboratory space is growing as the threats from existing and emerging high-consequence pathogens are discovered. The design and construction of the High-Containment Continuity Laboratory (HCCL) on the Roybal Campus in Atlanta, Georgia will meet these needs. This pre-solicitation includes full and complete Architectural/Engineering (A/E) design and related services. The Architect-Engineer shall furnish architectural, laboratory planning, mechanical, electrical, plumbing, fire protection, structural, civil, and any other design disciplines required to perform pre-design studies, program development, investigations, evaluations, design and construction document production, cost estimates, construction administration services, commissioning support, participation in an independent value engineering process, and other related professional services. The Government will utilize the services of a Construction Manager as contractor (CMc) for pre-construction and construction services. The A/E will be required to work with the CMc firm at the pre-design phase through project completion and will agree to accept the relationship of trust and confidence, and covenants with the Government, to furnish the requisite skill and judgements and to cooperate with the CMc in furthering the interests of the Government. The A/E contract award shall be in accordance with a Two Phase Design Selection Procedure. This procurement is unrestricted with regard to business size. Only prime A/E firms and their major consultants (civil, structural, architectural, interior design, laboratory planner/consultant, mechanical, electrical, plumbing, fire protection, building automation controls, security, and cost estimating) having offices within a fifty mile radius of the CDC Roybal Campus, will be considered for this procurement. Description The HCCL will be a highly flexible biological laboratory comprised of BSL-3E and BSL-4 laboratories and associated support. The multi-story research building will house adequate laboratory space for eighty laboratorians. The HCCL will have gross building area of approximately 100,000 square feet. All biosafety features and systems of high containment laboratories will be included such as HEPA filtered supply and exhaust air, air pressure resistant doors, pressure cascade zoning, effluent collection and treatment, pressure decay tested coatings and penetrations, and other systems such as high purity breathing air and chemical decontamination showers that support BSL4 workers donning air pressure resistant suits. The HCCL's architectural character and massing will complement the finishes, textures, and colors of the adjacent Roybal Campus laboratory buildings. The Project includes utility infrastructure extensions necessary to connect the building to existing Roybal Campus utility systems with below grade utility tunnels for chilled water and steam services. Phase I Solicitation Phase I process requires the potential Offerors to submit their past performance and capability information, including Standard Form 330, for initial review and short-list selection of the Offerors that will be invited to participate in the Phase II Solicitation/Request for Proposal (RFP) by the Government. The evaluation criteria for Phase I are as follows: 1. Past Performance (45 points) 2. Proposed Team Member's Professional Qualifications (40 points) 3. Team Experience Working with CMc's (15 points) Phase I Proposals shall be provided in no greater size than 8 ½" x 11" hard copy format, not to exceed 25 total pages, excluding the durable cover pages. Proposal shall be spiral bound. All text shall be a minimum of 12 pt. font. Selected prospective Offerors shall be required to possess the necessary permits, registrations and licenses that may be required to carry out all tasks covered under this contract. Phase II Solicitation Following the review, evaluation, and rating of the Phase I proposals, the Government will create a competitive range to select a maximum of three (3) highest rated Offerors to be considered for the Phase II Request for Proposals (RFP). During Phase II, a Solicitation including the detailed Statement of Work (SOW) and Project Development Study (PDS) will be issued to each firm selected from the Phase I submissions. The detailed selection criteria for Phase II will be provided with the Phase II Request for Proposal (RFP). Firms selected for Phase II will be provided a walking tour of the project site and possible tour of the existing facilities at the Roybal Campus. Each firm must submit a technical proposal for A/E services. The Phase II proposal due date is expected to be completed by the Offeror in approximately seven weeks from the issue date of the Phase II Request for Proposal. Email is the preferred form of communication for questions relating to this Pre-solicitation. All questions concerning this solicitation shall either be emailed to EZO2@CDC.GOV or sent addressed to the Contracting Officer in writing at the address below. All communications must reference the Solicitation number 75D301-18-R-67933 and be addressed to the Contracting Officer. Contract Award will be subject to availability of funds. The Government anticipates that the Phase I Solicitation will be posted on or around August 20, 2018 to FedBizOpps.gov. All interested parties should monitor FedBizOpps.gov for the solicitation documents. Point of Contact Ms. Philippa Butts, Contracting Officer, Phone (770) 488-2684, Email: EZO2@CDC.GOV, 2920 Brandywine Road, Atlanta, GA 30341, Room 3208, Mail Stop K-71.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/75D301-18-R-67933/listing.html)
- Place of Performance
- Address: CDC Roybal Campus off of 1600 Clifton Road, Atlanta, Georgia, 30329, United States
- Zip Code: 30329
- Zip Code: 30329
- Record
- SN04998429-W 20180721/180719230850-6a2ed5876971ad2150022668e041e454 (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 |