Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
SOLICITATION NOTICE

38 -- Building 24, Roybal Campus

Notice Date
10/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
2007-N-09677
 
Response Due
11/5/2007
 
Archive Date
11/20/2007
 
Point of Contact
Steven Baughman, Contract Specialist, Phone (770)488-2603, Fax (770)488-2847, - Richard Elder, Contract Specialist, Phone (770)488-2654, Fax (770)488-2670
 
E-Mail Address
SBaughman@CDC.GOV, RElder@CDC.GOV
 
Description
The Centers for Disease Control and Prevention (CDC) contemplates award of a fixed price contract for Design/Build of CDC Building 24, a multi-story office building, at the Roybal Campus, 1600 Clifton Road NE, Atlanta, GA. 30333. in accordance with Two Phase Design Build Selection Procedures, as set forth in Federal Acquisition Regulation (FAR) Subpart 36.3. The government estimates total cost of design and construction to be in excess of $10,000,000. The NAICS Code assigned is 236220. All contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. This procurement is unrestricted. The office building will be approximately 330,000 GSF and will include offices for 1,100 people, a lobby, conference rooms, employee break rooms, and a snack bar. Included in the scope of work will also be a pedestrian bridge to another building, and completion of a utility tunnel. The building will be similar in architectural appearance to the adjacent CDC Headquarters Building 21. Pursuant to the requirements of FAR 36.303-1, this notice constitutes Phase 1 solicitation of prospective offerors for this requirement. Phase 1 process requires potential offerors to submit their performance and capability information initially for review and consideration by the Government. The evaluation criteria for Phase 1 are as follows: 1. Past Performance on Similar Projects, Government and Private Industry (40 points), 2. Professional Qualifications (35 points) 3. Organization of Proposed Team (25 points). Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select a maximum of five highest rated offerors to be considered for Phase 2. In Phase 2, Design-Build teams will be evaluated on the following factors: 1. Project Schedule (25 points), 2. Site Utilization (15 points), 3. Functional Efficiency (15 points), 4. Quality of Material and Systems (15 points), 5. Energy Conservation (10 points), 6. Architectural Image and Character (10 points), 7. Price and Subcontracting Plan (10 points). Only prime firms, and their major consultants, having established production offices within a sixty mile radius of the city of Atlanta, Georgia will be considered for this procurement. Selected firms shall be required to possess the necessary permits, registration and licenses that may be required to carry out tasks covered under this contract. Firms desiring consideration are invited to submit a letter of interest along with Five (5) hard copies each of completed form SF 330. A maximum of ten (10) sheets of supplemental information (separate from the SF 330) responding to the specific criteria plus five (5) representative photographs or graphic examples of relevant projects will be permitted. Electronic submissions will not be considered. Phase 1 responses are due by 2:00 p.m. (Eastern Standard Time) on November 5, 2007. Proposals received after this date and time are late and will not be considered. Firms are advised that as required by FAR 52.219-9, a large business successful offeror will be required to submit for approval, a subcontracting plan outlining which portions of the work to be subcontracted will be awarded to small businesses, small disadvantaged businesses, and HUB zone small businesses. This plan is not required with the submission of Phase 1 proposals, but an acceptable subcontracting plan must be agreed upon prior to contract award to any large business firm. Additional information relative to this specific project is not available and requests for it will not be considered. Site visits will not be arranged during Phase 1 submittal period. All proposals are to reference Solicitation number 2007-N-09677. During Phase 2, a Solicitation will be issued to each firm on the short list. Each firm will be given a copy of the Building 24 Project Development Study and a tour of the site prior to their interview. Each firm will also be asked to submit a price and technical proposal for design-build services for the Building 24 project. The following criteria represent the factors which will be used by CDC?s Source Selection Panel for the source selection process: 1. Project Schedule (25 points), 2. Site Utilization (15 points), 3. Functional Efficiency (15 points), 4. Quality of Material and Systems (15 points), 5. Energy Conservation (10 points), 6. Architectural Image and Character (10 points), 7. Price and Subcontracting Plan (10 points). The Government will make award to responsible offerors whose proposals conform to the solicitation, and offer the best value to the Government technical factors and price considered. As indicated herein the Source Selection Authority (SSA), will direct the source selection process, including making the final selection based on the best value process. A Source Selection Panel (SSP) will support the SSA by making a recommendation for contractor selection. Proposals will be scored according to the technical evaluation factors and standards outlined in the RFP. The technical proposals will be reviewed by the SSP prior to the SSA?s review. After the technical evaluation has been completed, the contract may be awarded on the basis of the initial proposals. However, if the Contracting Officer determines discussions are necessary, offerors will be advised IAW FAR 15.306(d)(3) and FAR 15.307, of technical deficiencies and significant weaknesses and will be given an opportunity clarify and to submit a final proposal. Additionally, the Contracting Officer may request minor clarifications to resolve ambiguities or omissions during evaluations without having discussions. Information for Phase 2 is not being requested at this time. Offerors selected to participate in Phase 2 competition for award of a contract will be notified in writing. Questions concerning this solicitation shall be addressed to Steven Baughman, Contracting Officer in writing or may be e-mailed to zgn0@cdc.gov. Contract Award will be subject to availability of funds. All efforts will be made to make this award no later than June, 2008, however, due to Congressional funding this award may be delayed until Government Fiscal Year 2009 third quarter. In order to reduce the possibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the Contracting Officer for the particular project. Submit copies of Phase I submittals to: Centers for Disease Control and Prevention, Buildings and Facilities Contract Branch, ATTN: Steven Baughman / Room 2816 /Mail Stop K-71, 2920 Brandywine Road, Atlanta, GA 30341.
 
Place of Performance
Address: 1600 Clifton Road, NE, Atlanta, GA
Zip Code: 30333
Country: UNITED STATES
 
Record
SN01426714-W 20071004/071002223312 (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.