Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 23, 2001 PSA #2814
SOLICITATIONS

Y -- FOOD AND DRUG ADMINISTRATION CONSOLIDATION PROJECT AT WHITE OAK, PHASE I -- CDER LAB FACILITY

Notice Date
March 21, 2001
Contracting Office
General Services Administration, Public Buildings Service (PBS), Maryland North Service Delivery Team (WPH), 1099 14th Street, NW, Suite 200W, Washington, DC, 20005
ZIP Code
20005
Solicitation Number
GS-11P01YEC0037
Response Due
May 9, 2001
Point of Contact
Sherry Quashie, Contract Specialist, Phone (202) 205-3075, Fax (202) 694-8020, Email sherry.quashie@gsa.gov -- Marisol Vargas-Busch, Contracting Officer, Phone (202) 219-2469, Fax (202) 219-2371, Email
E-Mail Address
Sherry Quashie (sherry.quashie@gsa.gov)
Description
The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) in a negotiated procurement for the Consolidation of the Food and Drug Administration -- Center for Drug Evaluation and Research (CDER) Laboratory Facility. The contract, FDA at White Oak -- CDER Lab Facility, is the first in a multiphase construction project which will construct a new office, laboratory, and research campus for the FDA at White Oak. The site, located one mile north on New Hampshire Avenue off the Capital Beltway, is the former US Navy facility at the Federal Research Center -- Naval Ordinance Laboratory in White Oak, Silver Spring, MD. Five phases are planned in total, with phasing summary as follows: Phase 1 -- Center for Drug Evaluation and Research (CDER) Laboratory Facility (111,250 gsf); Phase 2 -- Center for Drug Evaluation and Research (CDER) Office Building (551,247 gsf); Phase 3 -- Center for Devices and Radiological Health (CDERH) Laboratory & Office (1,117,216 gsf); Phase 4 -- Center for Biologies Evaluation and Research (CBER) Laboratory & Office (879,073 gsf); and Phase 5 -- Office of Commissioner (OC) & Office of Regulatory Affairs (ORA) Offices (455,796 gsf). Each construction phase will be procured under a separate contract. Phase 1 construction activities are scheduled to begin in June of 2001 and to be completed in December of 2002. The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. The contractor will perform the superstructure construction in accordance with the design specifications. The contract will be awarded based on Technical Evaluation Factors and Base Bid. The estimated construction range is between $20 -- 30 million. Competitive formal source selection procedures will be used in accordance with FAR 15.3. The contract will be Firm Fixed Price. The "Best Value Continuum, Tradeoff Process" is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal being to select the proposal that offers the best value to the Government in terms of performance quality and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: EXPERIENCE (30%). (1) The Offeror must demonstrate its past organizational experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) office lab projects, within the past ten (10) years, which is comparable in nature, type, and complexity to the project in this solicitation, and meets all four (4) of the following characteristics: (a) New construction was for an office lab building including site, structural, electrical, mechanical, plumbing, and fire protection systems and architectural systems for the tenant areas; (b) Construction work was performed in a Metropolitan/Urban site; (c) Construction work included laboratory and animal facility tenant build out work; (d) The project met one (1) of the following criteria: (i) The building size was not less than 90,000 gross square feet, or (ii) The construction cost at award of the construction contract was not less that $25 million. (2) The Offieror may demonstrate its experience as a General Construction (GC) Contractor responsible for the construction of five (5) additional projects within the past (10) years, which are also comparable in nature, type, and complexity to the projects in this solicitation, as defined above. PAST PERFORMANCE (30%). This factor considers the extent of the Offeror's past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. Consideration includes: (1) The Offeror has experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) office lab projects, within the past ten (10) years; (2) The Offeror shall submit the following information on the two (2) minimum, up to seven (7) maximum for each of the submitted projects: Give project title and location and reference who may be contacted regarding the quality of your performance. Indicate name, title, company name, current company address, and phone number of each reference. KEY PERSONNEL (10%). This factor considers the qualifications of the key personnel proposed by the Offeror to execute the contract requirements for the positions proposed. Offerors must submit resumes of the individuals proposed for the following positions: Contract Executive, General Superintendent, Quality Control Supervisor, and MEP Superintendent. Considerations include: (1) Education background; (2) Experience on similar projects in a position comparable to that for which they are being proposed; (3) Certification or professional registration held by the individuals proposed for key personnel positions. MANAGEMENT PLAN & SCHEDULE (5%). This factor considers the plan being proposed by the offeror to execute the work contained in the contract drawings and specifications. Offerors must submit a proposed total contract duration in calendar days which shall not exceed 547 calendar days (18 months) from the notice to proceed. The duration proposed by the offeror, if successful on this procurement, shall become the official time of performance for this contract. Considerations include: (1) Submission of a detailed logic diagram, arrow-on-arrow (minimum 200 activities), illustrating the proposed sequencing of work and clearly defining the critical path. Submittals, including shop drawings and samples and long lead time items should be indicated as separate activities; (2) Submission of a tabular schedule printout indicating, at a minimum, activity, activity duration, and total float; (3) Submission of a narrative management plan describing how the offeror intends to execute the work in the field. Particular attention should be placed on the sequencing of work and on how the offeror intents to manage their subcontractors in order to insure a smooth working relationship with the occupants of the building. The offeror should also discuss their procedures to insure strict quality control relative to both workmanship and materials. SUBCONTRACTING PLAN (25%). This solicitation is not set-aside for small business, however this procurement is being made under the Small Business Competitiveness Demonstration Program. The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, small disadvantaged, and women-owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small, Small Disadvantaged, and Women Owned Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000 ($1,000,000 for construction) will be required to demonstrate that its subcontracting plan represents a creative and innovative program for involving small, small disadvantaged, and women-owned small business concerns as subcontractors in the performance of this contract. The RFP will be available for issuance the week of April 9, 2001, and will be due May 9, 2001. Specifications and drawings will only be available for purchase directly from the designated printing firm. Interested offerors must contact Mr. Sulalman A. Shannoh, ABC File Job Manager, of ABC Imaging/Topel, 1147 20th Street, NW, Washington, DC 20036, at (202) 429-8870 ext. 108, by facsimile on (202) 659-8758, or by e-mail at ssannoh@abcimaging.com, to request a job order form. GSA will not distribute specifications and drawings. The cost for specifications and drawings will be $600 per set. One complete set of drawings and specifications will be on display during the RFP period at GSA/NCR/PBS, Bid Activity -- Room 1065, 7th & D Streets, SW, Washington, DC 20407, telephone number (202) 708-9903.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=GS-11P01YEC0037&L=248)
Record
Loren Data Corp. 20010323/YSOL001.HTM (D-080 SN50G8P0)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on March 21, 2001 by Loren Data Corp. -- info@ld.com