Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2007 FBO #1886
SOLICITATION NOTICE

Y -- Construction of the SW Parking Garage at the Food and Drug Administration at White Oak, Silver Spring, MD

Notice Date
10/4/2006
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (WPC), 7th and D Streets, S.W., Room 2002, Washington, DC, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P07MKC0002
 
Response Due
11/30/2006
 
Point of Contact
Bonnie Echoles, Contract Specialist, Phone (202) 708-6190, Fax (202) 708-4964, - Priscilla Chaney, Contract Specialist, Phone (202) 260-3390, Fax (202) 708-4964,
 
E-Mail Address
bonnie.echoles@gsa.gov, priscilla.chaney@gsa.gov
 
Description
The General Services Administration (GSA) intends to issue a Request for Proposal (RFP) in a negotiated procurement for the Southwest Parking Garage approximately 472,000 gross square feet (gsf) for the Food and Drug Administration, at White Oak, Silver Spring, Maryland. The building consists of parking decks and a small office space. This project is part of a multiphase construction project that will construct a new office, laboratory, and research campus for the FDA at White Oak. Site is located one mile north on New Hampshire Avenue off the Capital Beltway. It is the former US Navy facility at the Federal Research Center Naval Ordinance Laboratory at White Oak, Silver Spring, MD. Five (5) phases are planned in total, with phasing summary as follows: Phase 1 - Center for Drug Evaluation and Research (CDER) Laboratory Facility (111,250 gsf) completed in October 2003; Phase 2 - Center for Drug Evaluation and Research (CDER) Office Building (551,247 gsf); Phase 3 - Center for Devices and Radiological Health (CDRH) Laboratory and Offices (1,117,216 gsf); Phase 4 - Center for Biologics Evaluation and Research (CBER) Laboratory and Offices (879,073 gsf); and Phase 5 - Office of Commissioner (OC) & Office of Regulatory Affairs (ORA) (455,796 gsf). 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. Contractor will perform the superstructure construction in accordance with the design specifications, drawings and terms and conditions of the contract. Estimated construction cost range is between $15 - $25 million. NAICS Code is 233320. Construction Performance Period shall not exceed nine (9) months. Competitive formal source selection procedures will be used in accordance with FAR 15.3. Contract will be Firm Fixed Price. Award of the contract is subject to the availability of funds. "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 most for the money, without necessarily basing selection on the lowest price. The following are submission requirements and Technical Evaluation Factors: I. EXPERIENCE (35%). 1). Offeror must demonstrate its past organizational experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) concrete framed office or garage projects within the past ten (10) years, which is comparable in nature, type, and complexity to the project in this solicitation, and meets all the following characteristics: a) New construction was for an office building or garage including site, structural, electrical, and fire protection systems; b). The project met one of the following criteria: (i) Building size was not less than 200,000 gross square feet, or (ii) Construction cost at award of the construction contract was not less that $10 million for the complete building. 2) Offeror may demonstrate its experience as a General Construction (GC) Contractor responsible for the construction of five (5) additional projects within the past (10) ten years, which are comparable in nature, type, and complexity to the project in this solicitation. 3) Offeror shall submit Data and or Information for each Project (three (3) minimum to seven (7) maximum) presented, in accordance with the RFP. II. PAST PERFORMANCE (20%). This factor considers the extent of the past performance of the offeror with reference to such aspects as costs, timeliness, and technical success as part of the consideration. Consideration includes: 1). Offeror has experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) concrete office or garage projects, within the past ten (10) years; 2). Offeror shall submit the following information on the two (2) minimum up to seven (7) maximum for each submitted project. Give project title, 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. III. KEY PERSONNEL (10%). This factor considers the qualifications of 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, Project Manager, General Superintendent, and Quality Control Supervisor. Considerations include: 1) Educational 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. IV. MANAGEMENT PLAN & SCHEDULE (20%). This factor considers the plan being proposed by the offeror to execute the work contained in the contract drawings and specifications. The Offeror must submit a proposal total contract duration in calendar days, which shall not exceed 270 calendar days, or nine (9) months, from the date of 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 include 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 intent of the offeror to manage their subcontractors in order to ensure a smooth working relationship with the occupants of the building. Offeror should also discuss their procedures to ensure strict quality control relative to both workmanship and materials. V. SUBCONTRACTING PLAN (5%). This solicitation is not set-aside for small business. However, this procurement is being made under the Small Business Competitiveness Demonstration Program. This procurement is open to small and large business concerns. Women-Owned Businesses are encouraged to submit a technical proposal and so state that they are Women-Owned. All responsible sources may submit a proposal, which will be considered by the agency. 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 Business Subcontracting Plan, to reflect this commitment. Before award of the contract, the firm (if not a small business) shall be required to present an acceptable Small Business Subcontracting Plan in accordance with the Federal Acquisition Regulation Part 19.7. If selected for award, the subcontracting plan of the offeror should be ready for approval without the need to obtain additional information. All interested large business firms are reminded to place subcontracts to the maximum practicable extent with small and disadvantaged firms as part of their original submitted teams. GSA goals for subcontracting are as follows: small businesses at least 39% of total subcontracting planned; small disadvantaged businesses at least 6% of small business subcontracting planned; small women-owned businesses at least 5% of small business subcontracting planned; HUB Zone Small Business at least 3% of small business subcontracting planned; Service-Disabled Veteran-Owned Small Business at least 3% of small business subcontracting planned; and Veteran-Owned Small Business at least 5% of small business subcontracting planned. VI. APPRENTICESHIP PROGRAM (10%): The Government will evaluate the means by which the Offeror shall promote the growth of skilled craft labor, specifically the contractor's use of a registered apprenticeship program. (As used herein, the term "registered apprenticeship program" is a program that is registered with the United States Department of Labor or State Apprenticeship Council under 29 CFR Part 29.) The requirements of FAR 52.219-9 must be followed explicitly. General Services Administration will only make the RFP available electronically at www.eps.gov. GSA intends to upload the RFP at this site on or about October 20, 2006. This site provides instructions for downloading the RFP. You are strongly encouraged to register to receive notification of upload of the RFP at this site and register on the Interested Vendor List (IVL). In accordance with the requirements of the RFP and as stated in the RFP, both Technical and Price Proposals shall be submitted on November 30, 2006 by 1:00 PM, EST, to the following address: GSA, NCR, ROB, Bid Activity (WPY) - Room 1065, Seventh and D Streets, SW, Washington, DC 20407. . The following information must be on the outside of the sealed envelope: 1) Solicitation Number/Title, 2) Due Date, 3) Closing Time. Late responses are subject to FAR Provision 52.214-7. Offerors must respond to the six (6) Evaluation Factors that were listed for this solicitation. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-OCT-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-JAN-2007, 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/GSA/PBS/WPC/GS11P07MKC0002/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Ave. Silver Spring, MD
Zip Code: 20903
Country: UNITED STATES
 
Record
SN01217857-F 20070125/070123222255 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.