Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2006 FBO #1859
SOLICITATION NOTICE

Z -- Operation & Maintenance

Notice Date
12/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-06-00132
 
Response Due
1/9/2006
 
Point of Contact
Sharon Kindall , Contract Specialist, Phone 301-827-0305, Fax 301-827-7106, - Patricia Calhoun, Contract Specialist, Phone (301) 827-1022, Fax (301) 827-1018,
 
E-Mail Address
sharon.kindall@fda.gov, pcalhoun@oc.fda.gov
 
Description
The FDA has a requirement for operation, maintenance, and support services at the Muirkirk Road Complex in Laurel, Maryland. The facilities include three main buildings: Modules I and II and the Beltsville Research Facility (BRF). The entire facility is secured and operates 24 hours a day 7 days a week. The BRF facility consists of the main research building, a mechanical equipment building, a maintenance building, three Hazmat containment units, one machine shop/fitness center building, and two storage buildings. The BRF facilities total approximately 3,886 gross square meters. Mod I is a four story building which is approximately 21,840 gross square meters. Mod I is a barrier facility and consists of laboratories, animal rooms and offices. The main facility at Mod II is a three story building which consists of laboratories, office space and a small animal holding section. Mod II also consists of 18 out buildings (excluding sheds and stables) totaling approximately 14,476 gross square meters. The specialized equipment in one or more of the facilities include but is not limited to: steam sterilization, clean steam humidification system and rack washing equipment, cart washers, laboratory glass washers and dryers, medical gas piping systems and numerous other items of built-in specialty lab equipment. A fixed price contract for the operation & maintenance of the facility with an indefinite delivery contract (IDC) for alteration and repair is contemplated. The contract will have a period of performance of six (6) months with four (4) one year option periods. The IDC portion of the contract will include but is not limited to minor renovations and repairs at the discretion of the Government. The solicitation release date is December 8, 2005. The procurement is designated as a full and open competition under NAICS code 561210 with a size standard of $30 million. The Government intends to award the contract using best value procedures. The evaluation criteria are as follows: Similar Type Space, as used in this solicitation and contract, means the following: Animal Holding and Research Spaces, Biological and Chemistry Laboratories Similar Size Space, as used in this solicitation and contract means the following: No less than 200,000 Gross Square Feet of Similar Type Space Similar Complexity Space, as used in this solicitation and contract, means the following: Multi-Building Complex with Campus Utility Distribution Systems Primary Subcontractors, as used in this solicitation and contract, means the following: Mechanical, Electrical, Building Control Systems, Fire suppression Key Personnel, as used in this solicitation and contract, means the following: On-Site Project Manager On-Site Assistant Project Manager On-Site Chief Engineer MINIMUM MANDATORY REQUIREMENTS This evaluation shall be subjective and based upon the content, completeness, and thoroughness of the data submitted (See Section L for submission requirements). In order to be evaluated further, firms must fully meet all of the following minimum mandatory requirements: 1. Offerors must demonstrate in writing the firm's organizational experience as an O & M Contractor responsible with at least five years experience, in the past five years, in a multi-building complex of no less than 200,000 gross square feet which consisted of laboratory, animal, and research space and had a campus utility distribution system. 2. The Offeror shall submit resumes and information to demonstrate that the key personnel have worked for no less than 5 of the past 15 years on projects similar in size, type, and complexity. (a) Provide resumes for Key Personnel as Follows: (1) On-Site Project Manager (2) On-Site Assistant Project Manager (3) On-Site Chief Engineer Offerors which DO NOT demonstrate that they meet all the above minimum mandatory requirements will be ineligible for award, and proposals submitted by these offerors will not be further evaluated. Technical, cost, and past performance proposals of those offerors who meet the minimum mandatory requirements will be evaluated. IF discussions/negotiations are required, the Government reserves the right to set the Competitive Range to the greatest number permitting an efficient competition among the most highly rated proposals. RELATIVE IMPORTANCE OF CRITERIA For purposes of evaluation, all stated criteria, TECHNICAL/MANAGEMENT, PRICE, AND PAST PERFORMANCE, are of equal importance. Technical/Management sub criteria are of equal or descending importance. In accordance with 15.304(e) all evaluation factors other than cost or price, when combined, are: significantly more important than cost or price. TECHNICAL/MANAGEMENT, PAST PERFORMANCE, AND PRICE FACTORS A. TECHNICAL / MANAGEMENT This evaluation shall be subjective and based upon the content, completeness, and thoroughness of the data submitted (See Section L for submission requirements on all factors). The offeror should show that the objectives stated in the proposal are understood and offer a logical program for their achievement. The following factors are of equal or descending importance and will be used to evaluate technical proposals. Factor 4 – PROPOSED CORPORATE TEAM STRUCTURE AND RELEVANT EXPERIENCE The offeror's proposed corporate team structure (General Contractor and all Subcontractors with Primary Subcontractors will be evaluated to determine demonstrated organizational experience and experience in working together as a team. Documented corporate experience, General Contractor and Primary Subcontractors must show five years experience, in the past five years, in a multi-building complex of no less than 200,000 gross square feet which consisted of laboratory, animal, and research space and had a campus utility distribution system. Per FAR 15.304(c)(4) the extent of and methods used to develop subcontracting possibilities for small disadvantaged business concerns will also be evaluated. (a) Provide a detailed project specific organization chart and narrative that describes the project team (General Contractor and all subcontractors) to be assembled to execute work under this contract. The chart and narrative should adequately define the integration of the team. The chart shall include ALL subcontracted work and lines of authority. State specifically, at a minimum, the names of the primary subcontractors. The chart and narrative, through lines and graphics as necessary, shall show the interrelationship of the project team, and shall define the component team member responsibilities with respect to the above areas. Only one firm per primary subcontract discipline shall be provided. Letters of commitment shall be provided for all offered subcontractors (primary and others). (b) The Offeror must demonstrate its organizational experience as a General O&M contractor with five years experience, in the past five years, in a multi-building complex of no less than 200,000 gross square feet which consisted of laboratory, animal, and research space and had a campus utility distribution system. (c) The Offeror must provide supporting information from the primary subcontractors, which demonstrates five years experience, in the past five years, in a multi-building complex of no less than 200,000 gross square feet which consisted of laboratory, animal, and research space and had a campus utility distribution system. (d) The Offeror shall submit, for itself and its primary subcontractors, Data and Information for each project presented, in accordance with the following: a. Name and address of your client, Company Name, name and phone number of their respective responsible representatives; if a Government agency, indicate the Contracting Officer b. Type of contract arrangement (i.e. cost-type, fixed price) c. Original contract amount d. Scope of Work e. GSM (GSF)/OSM (OSF) of project f. GSM (GSF)/OSM (OSF) of Laboratory space g. GSM (GSF)/OSM (OSF) of animal space h. Special features (security systems, etc.) i. Discussion of the similarities between this previous experience and the requirements of the performance work statement for this instant acquisition, and names of consultants and subcontractors used if any. j. Provide information on firm’s safety record. Include information about on-the-job accidents, work days lost, OSHA violations, and days worked without an accident. Factor 3 - Work Plan a. A detail work plan shall indicate how each aspect of the performance of work is to be accomplished. Your technical approach should be in as much detail as you consider necessary to fully explain your proposed technical approach or method. The technical proposal should reflect a clear understanding of the nature of the work being undertaken and include the following: 1. An understanding of the performance work statement and technical approach. 2. A statement and discussion of the requirement as it is analyzed by the offer. 3. An explanation of technical approach to be employed and a program outlined for accomplishing the objectives of the scope of work. 4. Preliminary layouts, sketches, diagrams, other graphic representation calculations, curves, and other data as may be necessary for presentation, substantiation, justification or understanding of the proposed approaches and program. 5. A statement and discussion of anticipated major difficulties and problem areas, together with recommended approaches for their resolution. 6. A statement of the extent to which the proposed approach and program can be expected to meet or exceed the requirements and specifications of the performance of work. Factor 2 - Proposed Personnel Team Structure and Relevant Experience The offeror's proposed personnel (General Contractor's and Primary Subcontractors') and staffing approach (key management personnel, delegations of responsibility, assignment of authority, experience in working together as a team for the same or similar work) will be evaluated to determine demonstrated ability to staff and manage the project. Documented personnel experience in successfully carrying out the assigned responsibility for a minimum of 5 of the past 15 years on projects similar in size and type and complexity. Provide as many names and roles as necessary to show the Government, the project is adequately and completely staffed. Indicate for each person if they are full or part time, to be located on or off site. The Offeror shall submit resumes and information to demonstrate the qualifications of the key personnel For each of the key personnel, the resume shall indicate the following qualifications: (a) Successful experience in the assigned responsibility for a minimum of 5 of the past 15 years on projects similar in size and type and complexity. (b) For each project describe the role and responsibilities. (c) For each project identify the duration of time on the project and the duration of the project. (d) For each project identify any unique experiences or accomplishments. Factor 1 - Contract Administration And Subcontract Management The offeror will be evaluated on his demonstration of the roles and responsibilities of the on-site team with regard to subcontract management with respect to work schedule, and quality of work. Per FAR 15.304(c)(4) the extent of and methods used to develop subcontracting possibilities for small disadvantaged business concerns will also be evaluated. B. Past Performance The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the contract requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of mechanical or mathematical analysis of an offeror's performance on a list of contracts, but rather the product of subjective judgment by the Government after it considers all available and relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it related to all acquisition requirements such as cost, schedule, and performance, including standards of good workmanship; the administration aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. (See Section L for submission requirements.) Past performance findings will be highly influential in determining the relative merits and risks associated with the offeror’s proposal in a comparative assessment with all competitors. The Government will evaluate the reputation and quality of the offeror’s past performance. The assessment of the offeror’s past performance will be used as a means of evaluating the relative capability of the offeror to other offerors. Evaluation of past performance will be a subjective assessment based upon consideration of all relevant facts and circumstances. The Government is seeking to determine whether an offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services at fair and reasonable prices. Offerors will be given an opportunity to address unfavorable reports of past performance, and the offeror’s response, or lack thereof, will be taken into consideration. In investigating the offeror’s past performance, the Government will consider references submitted by the offeror and may consider information from other sources. C. Price/Cost Evaluation Price/Costs shall be provided in the format identified in Section L and will be evaluated on the basis of cost realism. (See Section L for submission requirements.) As discussed in FAR 15.404-1(d), cost realism analysis is the process of independently reviewing and evaluating specific elements of each offeror's proposed cost estimate to determine whether the estimated proposed cost elements are realistic for the work to be performed; reflect a clear understanding of the requirement; and are consistent with the unique methods of performance and materials described in the offeror's technical proposal. Realism of prices and costs against technical/management proposals may be evaluated as a part of the overall evaluation. Costs will be evaluated as an objective and subjective factor. All cost and pricing information required by Section L shall be provided and will be used to determine its allowability, allocability and reasonableness relative to the work to be performed under the proposed contract. The negotiated rates for field overhead, prime’s overhead on subcontractors, prime’s home office overhead, and prime’s profit will be incorporated into the successful offeror’s contract and will be applied to the direct costs of all contract modifications, additive and deductive, (excluding modifications to exercise options). NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-DEC-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-06-00132/listing.html)
 
Place of Performance
Address: 8301 Muirkirk Road, Laurel, Maryland
Zip Code: 20708
Country: US
 
Record
SN01203166-F 20061229/061227220953 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.