Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
MODIFICATION

R -- Construction Quality Management Services (CQM)

Notice Date
7/15/2003
 
Notice Type
Modification
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
292-03-P(CL)-0124
 
Point of Contact
Barbara Taylor, Contracting Officer, Phone 301-435-4333, Fax 301-402-1103,
 
E-Mail Address
Taylorb@mail.nih.gov
 
Description
SOLICITATION NOTICE; FULL AND OPEN COMPETITION FOR CONSTRUCTION QUALITY MANAGEMENT (CQM), BETHESDA, MD. The National Institutes of Health (NIH) is seeking a private party who will act as a Construction Quality Management Firm (CQM) to provide Construction Quality Management support services for the proposed construction of a research laboratory complex for NIH. The successful offeror shall perform Pre-Design Phase Services including Program Verification, Design Phase Services including reviews of Schematic 15%, Design Development 30%, Construction Document 65%, Pre-Final Stage 95%, and Final Documents 100% review. Bidding Phase services, Construction Phase services Post Construction Claims services (optional) and Occupancy Phase Services (optional) on All Bid Packages as appropriate, adequate and necessary to ensure: 1. That the project, when completed, meets the technical, economic, and programmatic needs of the NIAID scientific community; 2. That the project will be well designed by the Architect-Engineer (A/E), within budget requirements; 3.That the construction work will be performed within budget in conformity with applicable requirements and contract documents; 4. That the construction will be completed as early as possible, but not later than the scheduled construction contract completion date; 5. That all construction activities will be closely coordinated with the Ft Detrick Garrison Command and that the construction impacts on the Ft Detrick operations will be kept at a minimum.The proposed facility will be comprised of laboratories designed and constructed to Biosafety Level (BSL)-2, -3, and 4 and will enable NIAID researchers to study disease-causing microbes. The proposed location of this facility is on the grounds of the U.S. Army Fort Detrick in Frederick, MDDescription: The proposed project consists of approximately 120,000 gross square feet (GSF) of Research Laboratories for Bio defense research composed of BL-2, BL-3 and BL-4 suites, a vivarium capable of housing nonhuman primates;, and support offices, conference rooms and break areas; to be located adjacent to the existing USAMRIID facility at Ft Detrick in Frederick Maryland. The period of performance is approximately four years, which includes one base phase and 2 optional phases It is initially assumed by the Government that the project will be separated and designed and constructed in 2 major phases and bid packages: the first will be Site and Foundations; and the second would be the rest of the facility including Superstructure, Enclosure, Major Systems; Interior Fitout and Finishes. In addition there may be a need to break out portions of the design and construction to allow for advanced procurement of long lead items. This is to be verified by the Government in partnership with the A/E Design Consultants and the CQM and will be further defined in the CQM?s Project Management Plan.1. Site and Foundations - Bid Package 1This phase / bid package will include all site civil work and all site utility work as well as the construction of all foundations.2. Superstructure, Enclosure, Major Systems, Fit Out and Interior Finishes Central communications systems, the Scientific cabinetry and all the interior finishes. - Bid Package 2 (completion of the facility) This phase / bid package will include the complete superstructure, the enclosure, (all exterior walls and the complete roofing system) the vertical transportation, all the utility systems to points of use, all central communications systems, security systems, the Scientific cabinetry, fixed equipment and all the interior finishes, all commissioning, start up and project close out.3. The Government will also conduct a Coordinated Occupancy / Activation Phase to equip and move occupants into the new facility. The NIH will award the contract to the responsible offeror whose proposal represents the greatest overall value based on the combination of technical and price factors. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. There is one Go No-Go requirement; (1) Project Experience, The TEB will evaluate the offeror?s submissions for compliance with the minimum requirements. In this evaluation, minimum requirements will be evaluated on a "Go - No Go" basis (Go-No-Go" is synonymous with "Acceptable Unacceptable.) Offerors that do not meet the minimum requirements will not be acceptable for this Project and will not be considered further. The minimum "Go-No-Go" requirement is: Within the past ten (10) years, the offeror must have actively performed specific Construction Quality Management services substantially similar to those described in the Statement of Work in successfully completing at least two (2) complex laboratory research facilities projects in the last ten years; each in excess of $50 million (in 2002 dollars) in total construction costs. For the purposes of meeting this requirement, the offeror may escalate the construction cost of projects to 2003 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.The additional technical evaluation factors and their sub factors are listed below. These factors are listed in descending order of importance but all sub factors within a factor are of approximately equal importance. 1. Past Performance ? Evaluation of the offeror?s past performance on a minimum of two (2) completed projects of complex laboratory research facilities in the last ten years that best illustrate the proposed Construction Quality Management team?s past performance. Relevancy of past performance (project similarity, complexity, scope, size; key personnel involved; currentness and similarity of specific CQM services to this proposed NIAID project) A. The firm?s Past Performance as rated by the key representatives of the project?s Client, Architect and Construction Manager or General Contractor. Sub Factors of Past Performance to be evaluated are 1.) Overall customer satisfaction, 2) The offeror?s professionalism and integrity with which the offeror conducted business; 3.) The offeror?s responsiveness to the client?s needs and expectations; 4.) The offeror?s professional technical capabilities; 5.) The offeror?s level of communication; 6.) The offeror?s quality control of design and construction; 7.) The offeror?s performance in forecasting and controlling costs 8.) The offeror?s performance in forecasting and controlling schedules; 9.) The offeror?s performance in providing administrative skills; 10.) The offeror?s performance in providing competent staff. B. Offerors shall submit the following information as part of their TECHNICAL proposal. The offeror must provide the name, address, telephone and fax numbers of two references on a minimum of two separate clients for whom the offeror has successfully completed complex laboratory research facilities projects on a fee basis within the past ten years as a Construction Quality Manager; wherein the offeror provided Construction Quality Management services substantially similar to those described in Section C. These references should be able to assess the degree of customer satisfaction achieved by the offeror Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Include the following information for each project Name and location of Owner and project Description, Size and dollar value of completed project Contract Type Total CQM Contract Value Description of CQM Scope of Work Requirements / Services Provided; Client Representative Name and Telephone Number; Architect?s Name and Telephone Number, theConstruction Manager or General Contractor?s Name and Telephone Number, and Key Personnel or Regional Offices that actually provided the CQM services. The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective actions. Each offeror will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance.2. Past Experience - Evaluation of a minimum of two (2) completed projects of complex laboratory research facilities in the last ten years with a hard construction cost of at least $50 million each adjusted for inflation that best illustrate the proposed Construction Quality Management team experience and capabilities. For the purposes of meeting this requirement, the offeror may escalate the construction cost of projects to 2003 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. a. Prior demonstrated successful experience in providing specific CQM services for a minimum of two completed projects of complex laboratory research facilities similar to this proposed NIAID project b. Similarity of types of projects, size, scope, and complexity; and services provided; to this proposed NIAID project c. Prior demonstrated experience in monitoring and controlling performance schedules of design teams and construction contractors; d. Prior demonstrated successful experience in providing and conducting value engineering seminars and providing value engineering summary reports; e. Prior demonstrated successful experience in project cost control and reporting through design and construction; f Prior demonstratedexperience in field inspection, problem solving and safety monitoring servicesg. Prior demonstrated knowledge and experience in providing, monitoring and controlling commissioning of complex research laboratory facilities. h. Prior demonstrated experience in contracting and supervising required special technical consultant; i. Participation of offeror?s proposed key personnel in cited examples; j. Prior demonstrated experience in providing a Project Management Information System and providing progress and status reports; k. Prior demonstrated experience in providing activation / occupancy services; including planning, scoping, scheduling, and specifying, procurement, receiving, installation and fit out of new scientific equipment and furniture as well as relocation of existing equipment and the actual moves of the scientists ; l. Prior successful demonstrated experience in supervising design and construction of energy conservation and energy recovery systems3. Management Plan for CQM Services ? Offeror is to provide a CQM Management Plan for this proposed NIAID project. This plan will be evaluated for overall understanding of the scope of services required and the adequacy and organization of the plan and proposed team to accomplish the requirements of each task for this proposed NIAID project; including:a. Overall understanding of the scope of work and the adequacy, organization and completeness of the Management Plan; b. Capacity of team to accomplish the required tasks with their current workload; c. The Quality Assurance Plan; d. Project Management Information System; Reporting System; extent of electronic communication technology proposede. Percent of services actually provided by offeror?s in house forces as opposed to sub contracting; f. Small Business Participation in plan4. Experience of Key personnel as related to CQM Services for complex laboratory research facilities (a). Personnel; 1. Project Executive, 2. Project Manager, 3. Project Engineer, 4. Project Inspector(s), 5. Project Scheduler, 6. Project Cost Estimator; (b). Contingency Plan in the event of key personnel leaving; 1.Capability of firm to recover from key personnel leaving; 2. Experience, skills and abilities of replacement(s) 5. Corporate Resources, a. Financial capability of the Corporation; b Local presence, c. Personnel CapabilitiesThe Solicitation/Request for Proposal (RFP) will be posted on the NIH Web Site http://ccb.od.nih.gov on or about 7/25/03. Questions regarding this Solicitation/RFP shall be posted on the NIH Web Site Discussion Board. Original Point of ContactBarbara Taylor, Contracting Officer, Phone 301-435-4333, Fax 301-402-1103, Email taylorb@ors.od.nih.gov Place of PerformanceAddress: National Institutes of Health Building 13, Room G800, MSC-5711 9000 Rockville Pike Bethesda, MD Postal Code: 20892-5711 Country: USA Notice/Award Index ? CCB Home
 
Place of Performance
Address: National Institutes of Health, Building 13 Room G-800, MSC-5711, 9000 Rockville Pike, Bethesda, Maryland 20892
Zip Code: 20892-5711
Country: USA
 
Record
SN00371454-W 20030717/030715213319 (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.