Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOURCES SOUGHT

Z -- Design/Demolition Building 470

Notice Date
3/7/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 427 Room 12, Frederick, MD, 21702
 
ZIP Code
21702
 
Solicitation Number
A02-638
 
Response Due
3/11/2002
 
Archive Date
3/26/2002
 
Point of Contact
Chad Hildebrand, Senior Contract Specialist, Phone (301) 846-7288, Fax (301) 846-6541, - Marilyn Buchen, Subcontracts Specialist, Phone (301)846-1527, Fax (301)846-6541,
 
E-Mail Address
childebrand@ncifcrf.gov, mbuchen@ncifcrf.gov
 
Description
SAIC Frederick Inc., Operations and Technical Support Contractor for the National Cancer Institute at Frederick (NCI-Frederick) under Contract number NO1-CO-12400 requires the following services in association with the demolition of Building 470 on the NCI-Frederick campus at Fort Detrick, Maryland: engineering and design; demolition planning; demolition; waste management and debris removal, hazardous materials monitoring and remediation of the demolition site. The project is currently planned in two phases, Phase I shall be the design and demolition planning followed by Phase II, the actual building demolition and debris removal and disposal and restoration of the site and adjacent buildings. Both phases have the potential for the selected contractor to support public relations activities. Building 470 is a 39,000 square foot, 7-story industrial building, with a steel-framed structure and a brick and masonry skin. It was built by the Department of Defense in 1952, and has not been occupied since the early 1970s. Before the building was transferred to Department of Health and Human Services, it was decontaminated by the Department of the Army. Extensive and repeated sampling throughout the building has shown no evidence of residual hazard from research performed there. Two, two-story buildings (431 and 469) adjoin building 470 on two sides. Building 470 is located in close proximity to other occupied structures. Phase I of this contract will involve, at minimum, the following tasks: study of the impact of Building 470 demolition activities on the performance of laboratory activities and equipment in adjacent buildings; definitions of the type and extent of hazardous material monitoring required; structural impact to the adjoining buildings and required renovations; development of plans and fair-cost estimate for remediation of the demolition site; development of demolition plans and cost estimates; and public relations planning support. Phase II will include: the demolition and disposal of the Building 470 structure and contents; site remediation and filling the resulting excavation; construction of an asphalt parking lot over the existing excavation; repairs as required for adjacent structures; and support for the public relations activities. The method of contracting to perform this project may include both phases as a turnkey contract. This decision will be based on SAIC Frederick and NCI's management assessment of the capability of qualified contractors to plan and perform this project with a credible fixed price. If the decision is made to award this contract in two phases, the Phase I contractor will provide management, engineering and public relations services related to the Phase II demolition phase. Under these conditions, Phase II activities, including demolition and remediation, will be conducted under a fixed-price contract. This announcement is intended to identify qualified companies that can perform either Phase I or Phase II or Phases I and II. From the information provided in response to this request, SAIC Frederick, together with the NCI, will select contractors qualified to bid. Selected contractors will be invited to present their qualifications to a selection board. Interested contractors may submit their qualifications to perform either Phase I or Phase II or Phases I and II. Significant selection criteria in order of importance are: 1. Specialized, recent experience (during the past five years) of the firm in controlled demolition of complex structures. 2. Professional qualifications, registration and specialized experience of the team members and staff proposed for the project. 3. Past performance (during the last five years) ratings of Government agencies and private industry in terms of: Cost accuracy and control Quality of work Compliance and performance schedules Responsiveness to customer Project team effectiveness 4. Geographic location of the firm to ensure timely response to needs for on-site support and demonstrated ability to mobilize a demolition workforce in the Frederick area. Firms that meet the requirements described in this announcement are invited to submit original and 5 copies of completed SF254 and 255 within 30 days of publication of this announcement. In order to assist the selection board in review of all applications, please include the following information representative of your qualifications to perform either Phase I or Phase II separately, or Phases I and II: 1. Summarize at least five complex projects completed within the last five years. 2. For each project presented, provide the following information: Project team members and firm Owner point of contact with title and telephone number. Original design and demolition, submitted cost and schedules, owner-approved time extensions and final execution cost and schedules (in bar chart format). Unique approaches to plan and execute projects with similar working conditions and adjacent facility impacts. Extent and nature of public relations work involved in project. 3. Describe the proposed management team with the following information: Firm's name and office location Key management staff individual's name and assigned team responsibility. Key management resumes including: professional degree(s) and date(s), professional registration(s), date(s) and state(s) and synopsis of design and/or demolition experience relevant to position assigned including names of design firms and years with each firm and types of experience with each firm.
 
Place of Performance
Address: National Cancer Institute at Frederick, Ft. Detrick, Frederick MD
Zip Code: 21702
Country: USA
 
Record
SN00036456-W 20020308/020307124235 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.