Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26, 2001 PSA #2880
SOLICITATIONS

Y -- THE FAMILY LODGE

Notice Date
June 22, 2001
Contracting Office
National Institutes of Health, Office of Procurement Management, Acquistions Branch C, Bldg. 13, Room G800, Bethesda, MD 20892-5057
ZIP Code
20892-5057
Solicitation Number
292-01-P(CS)-0033
Response Due
August 3, 2001
Point of Contact
Terrie Latimer, Contracting Officer, 30-435-4558
Description
SOLICITATION NOTICE FOR THE FAMILY LODGE AT THE NATIONAL INSTITUTES OF HEALTH (NIH) MAIN CAMPUS, BETHESDA, MD. This will be a competitive 8(a) two-step sealed-bid procurement. Firms will be qualified with respect to this project's requirements. This is an 8(a) procurement under NAICS Code 233320. Under the first step, NIH will pre-qualify construction contractors for a bidders list to provide all services for the construction of a new two-story 26,500sf building called the "Family Lodge" on NIH Campus, Bethesda, Maryland. Per FAR 36.204, the magnitude of this fixed-price construction contract is estimated to be between $5,000,000 and $10,000,000. The unique features and high visibility of the new Family Lodge demands a highly qualified construction general contracting firm, which can best construct the design elements of this project and enhance the spirit of healing at the NIH. Moreover, there is a requirement to open this building concurrently with the Clinical Research Center (CRC) to enhance the experience of the patients who come to a world-class healthcare facility. Such urgency dictates a compressed construction schedule of one (1) year and four (4) months or shorter (485) calendar days from date of notice to proceed including any optional phases. As it stands, the actual construction phase is scheduled to begin January 2002 and end by end of May 2003. Therefore, through an 8(a) -- "Two-Step Sealed Bidding" (FAR Subpart 14.5), NIH has decided to conduct a market survey of the pool of qualified general contracting firms with 8(a) status whose past experience can demonstrate their ability to create the subject facility in keeping with the NIH spirit, and are readily available to work with NIH. All interested general construction contracting firms with 8(a) status may participate according to the aforementioned 8(a)- "Two-Step Sealed Bidding" (FAR Subpart 14.5). A set of plans and line specs will be available on or about July 5th 2001 from the Bid Custodian, NIH 9000 Rockville Pike, Bldg. 13/Rm. G800 at a nonrefundable cost of $15.00 per set. Only cashiers checks, money orders or certified checks made out to The Foundation for the National Institutes of Health, Inc., will be accepted. Requests for the set of plans must site the IFB No. 292-01-P(CS)-0033. Telephone requests will not be acceptable. These sets of drawings are not construction documents, and only offer enough information about the location of the building, its size, number of floors, each floor's layout, and the exterior finishes. These sets only offer enough information for the competitors to learn about the general characteristics of the building, and be able to submit their credentials for having constructed similar buildings previously. A pre-bid conference is scheduled for Wednesday, July 18th @ 1:30 3:30 pm, in Building 13 2nd floor Conference Room 201. Only those contractors that qualify with the respect to the project requirements in the first phase will be able to participate in the second phase. In the second phase, the qualified contractors will receive a final set of drawings and specifications for a cost of $75.00, and will submit their bids, accordingly. The selected contractors will be subsequently informed as to the date the construction sets are ready to be picked up. Per FAR 5.207(c )(2)(xv) all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. CONTRACTOR QUALIFICATION STEP ONE: The government will determine the capability of each offeror on the basis of its response to the following criteria: (Past Performance Experience, Relevant Project Experience, and Capability/Qualifications). I. Past Performance Experience -- This factor considers the extent of the offeror's past performance, within the last three (3) years, in achieving a high degree of customer satisfaction for the last three (3) separate clients for whom the offeror has successfully completed projects as a prime . Within the past three (3) years, the offeror must have actively performed construction services substantially similar to the Family Lodge as depicted on the attached drawings and specifications, and has successfully completed at least three (3) commercial and/or institutional projects, each in excess of $7 million (in 2002) dollars in total construction costs. For the purpose of meeting this requirement, the offeror may escalate the construction costs of projects to 2001 dollars based on the Building Cost Index of the latest Engineering News Record's Quarterly Cost Report. If the cost is escalated, indicate the year in which the project was completed and the cost at the time the project was completed. Considerations include, but are not limited to: The working relationship with the client (the end-user and/or the owner); The professionalism and integrity with which the offeror conducted business; The responsiveness to the client's needs and expectations; The level of communication; The value added to the project as the result of cost savings, positive asset management, etc.; The delivery of the project within budget and on schedule; The quality control of design and construction; Other relevant aspects in the provision of project management services; and, The assessment provided by the references of the degree of customer satisfaction achieved by the offeror. II. Relevant Project Experience: This factor considers the extent of the offeror's experience within the last ten (10) years, in successfully implementing exemplary projects of comparable scope, requirements, and complexity of this project. Project Size This factor considers the extent of the offeror' experience in constructing sizable projects. The offeror shall provide the following information on projects completed: The name, address, cost and size (in gross square feet) of each project; The name and address of owner of each project; A number of photos of each project. The maximum size of each photo 8-1/2" x 11" A description of how the project achieved an acceptable level of quality in construction. The transaction structure of each project; The offeror's role and services provided for each project; The name and addresses of each principal architectural and engineering consultant. Project Quality This factor considers the extent of the offeror' experience in achieving a high level of quality in construction of similar projects. Considerations include, but not limited to: Whether the building material and equipment meet the requirements of the design documents, and whether the quality of construction and workmanship is reasonable. Project Type This factor considers the extent of the offeror's experience in building commercial, institutional, hospitals, large residences and/or research facilities. Client Type -- The name, address, telephone and fax numbers of a customer point of contact for each project. This individual must be familiar with the project and the role of the offeror played in the project, and must be able to respond to the government's inquiries; and other pertinent information to sufficiently each describe project. III. Capabilities and Qualifications This factor considers the extent of the offeror's capabilities and qualifications to provide the services required for the planning and implementation of the project. 1. Staffing Plan -- This sub-factor considers the adequacy and appropriateness of the offeror's staffing plan for the project. Considerations include, but are not limited to: Whether the plan is based on a realistic assessment of the offeror's past, present and future work load; Whether the staffing plan demonstrates the offeror's capability to sufficiently carry out all functions required to implement the project; Whether the plan is comprehensive in identifying and assigning all of the duties and responsibilities for implementing the project; The extent of the offeror's plan to commit staff and resources to the project pending authorization and funding of the project; and, The offeror's capability to compensate during the term of the contract for the distance away from the project, if the offeror's primary place of business is outside of the Washington Metropolitan area. A description of the offeror's organizational approach to executing the contractual responsibilities, providing the overall project coordination and responding to the government during all phases of the contract. The organizational approach shall include an organizational chart and staffing plan that demonstrates the offeror's capability of carrying out all functions required by this solicitation. If applicable, a timetable for hiring any additional staff must also be submitted. From 1998 to present, list by each year the offeror's workload as expressed in terms of the annualized dollar value of the projects being developed. 2. Project Management -- This sub-factor considers the offeror's approach to managing the project and to accomplishing the goals and objectives set by the government for the project. Considerations include the following, among others: Whether the construction management approach is comprehensive and reflects the offeror's clear understanding of the scope and complexity of the project; Whether the approach demonstrates a sound basis for achieving successful delivery of all services required to implement the construction activities; and Whether the approach clearly establishes the offeror's duties and responsibilities. 3. Quality Assurance and Quality Control Plan -- This sub-factor considers the offeror's approach to assuring the quality of the construction. Consideration include the following among others: whether the quality assurance and quality control approach is comprehensive and reflects the offeror's clear understanding of the construction documents. The technical proposal shall not include prices or pricing information. The technical proposal must be received on or before August 3, 2001/4:00 p.m.. Offerors should submit a proposal that is acceptable without additional explanation or information. Each bid in this step must be based on the bidders own technical proposal from Step One. The Government may make a final determination regarding a proposal acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from offerors of proposals that it considers reasonably susceptible of being made acceptable and may discuss proposals with their offerors. A notice of unacceptability will be forwarded to the offeror upon completion of the proposal evaluation and final determination of unacceptability. One (1) original and six (6) copies of the technical proposal must be submitted by each offeror. BIDDING STEP TWO: Each contractor selected under Step One will be invited to submit one sealed bid for the project base bid plus all Options on the form provided by the Government in the Request for Bid. In this step, only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions will be considered for award. Only those contractors that qualify in the first phase will be able to participate in the second phase. In the second phase, the qualified contractors will receive a final set of drawings and specifications, and will submit their bids per the solicitation document, for a cost of $75.00. Information on delivery or performance requirements is not binding on the Government and the actual delivery or performance requirements will be contained in the invitation issued under step two. **
Record
Loren Data Corp. 20010626/YSOL019.HTM (W-173 SN50P7N9)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on June 22, 2001 by Loren Data Corp. -- info@ld.com