Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
MODIFICATION

Y -- Title: “RECOVERY” Construction Manager as Constructor (CMc) at Risk Services for the Phase II Addition to the Existing John Edward Porter Neuroscience Research Center (PNRC II)

Notice Date
6/1/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
HHS-NIH-ORF-SBSS-09-004
 
Point of Contact
Beverly C. Johnson, , Aaron B Crawford,
 
E-Mail Address
johnsonbc@mail.nih.gov, crawfoa@mail.nih.gov
(johnsonbc@mail.nih.gov, crawfoa@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This PNRC Phase II addition is being funded by the American Recovery and Reinvestment Act (ARRA) and will stress Energy Efficient Buildings and Sustainable Design and Construction that Optimize Energy Performance, Employ integrated design principles and controls, Protect and conserve water, Enhance indoor environmental quality and Reduce environmental impact of materials. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUB Zone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code 236220 - Commercial and Institutional Building Construction for the proposed acquisition. The Small Business Size is $33.5 million. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Project Description and Scope As a part of the U.S. Public Health Service under the Department of Health and Human Services, the National Institutes of Health (NIH) is the Federal Government's primary biomedical research agency. Its mission is science in pursuit of fundamental knowledge to extend healthy life and reduce the burdens of illness and disability The NIH is seeking to obtain the services of a Construction Manager as Constructor (CMc) at Risk. Independently, and not as an agent of the Government and upon acceptance of a GMP, the Contractor shall provide all labor, materials, supervision, coordination, appliances, equipment, transportation, and any other element or item, as required for full and complete execution of the work in accordance with the specifications and drawings for the project. The building project is the Phase II addition to the existing John Edward Porter Neuroscience Research Center (PNRC) on the NIH campus in Bethesda, Maryland. The site is located on the west side of the campus between Old Georgetown Road, South Drive, Lincoln Drive, and Convent Drive. Currently, Porter Phase I (Building 35) is operational, and will continue to be throughout the construction process. The programmed gross square footage for Phase II is 293,839 sq. ft. Phase II will expand the Vivarium facility currently operating in Phase I, as well as provide Behavioral, Tissue Culture and Electrophysiology Laboratories, and Lab Support spaces with associated Break Rooms, Meeting Rooms, Offices, and lockers. Phase II will also contain an Imaging Suite. Non-Laboratory areas will contain seminar rooms, conference rooms, and a café. The Phase II 100% Contract Documents completed by an architectural engineering firm in 2007; were reviewed and checked by the NIH; but because of funding issues the project did not go to bid or construction. Some reprogramming and redesign of the spaces will be required because of changes in some user assignments. These existing Phase II Contract Documents also need to be reviewed for conformance to the most recent NIH Design Guidelines and will require some additional revisions to comply with the ARRA for Energy Efficient Buildings and Sustainable Design and Construction requirements. NIH intends to issue a separate RFP for a Construction Quality Manager (CQM) to provide services to assist the NIH Project Officer in the supervision of the performance of the A/E and the CMc in the projects for PNRC II. CMc Scope of Services The Government intends to negotiate a GMP utilizing the approved existing 100% construction documents. These existing 100% documents will be issued with the solicitation to allow the Offeror to price their general requirements and fee for the Pre-Construction and Construction phases. The Government plans to construct the project in two stages Upon successful negotiation of a Guaranteed Maximum Price (GMP) Proposal, construction documents will be issued for the construction of Phase One. Stage I - Site and Foundations: This phase / bid package will include all site civil work and all site utility work as well as the construction of all foundations (including any basements) the superstructure and the total enclosure including the roof. 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. During the Stage I construction period the interior spaces will be reprogrammed and redesigned by the NIH and the A/E firm as required and additional revisions to comply with ARRA stimulus funding sustainability and energy efficiency requirements will be added. At the completion of this redesign phase, construction documents will be issued for the construction of Phase Two. The CMc will adjust and NIH will negotiate the GMP as required to accommodate these revisions and additions. Stage II - The second stage will include the completion of the extent of the facility: This phase / bid package will include all major systems; including vertical transportation, all the utility systems to points of use, all central communications infrastructure, the scientific cabinetry, fixed equipment and all the interior fit out finishes, commissioning, start up, final site work / landscaping and project close out. The Government will also conduct a Activation / Occupancy Phase to equip and move occupants into the new facility. The CMc shall coordinate their activities as required with the Government's Occupancy Phase. Preconstruction Stage Services The CMc at Risk shall • Conduct Constructability reviews of the redesign documents at the 70% and 95% submissions • Identify and prioritize elements of work within the project that are to be part of the scope of work for the facility • Assist the Government in problem resolution during the Construction Documents redesign stage • Provide recommendations on construction feasibility • Provide independent cost estimates • Develop a preliminary Master Project Schedule • Recommend to the Owner, A/E and CQM a schedule for procurement of long-lead items • Prepare and maintain a Quality Control Plan (QCP) • Organize inspection/testing descriptions • Prepare a Project Specific Safety Plan • Prepare a Site Utilization Plan. • Prepare a Project Specific Security Plan. • Perform a Construction Market Survey • Provide continuous VE input • Participate in one two-day Value Engineering exercise • Develop lists of possible bidders and prequalify bidders. • Develop and submit for approval a Subcontractor Bid and Buy-out Plan. • Issue RFPs for; receive and analyze bids and submit to NIH for approval Within thirty calendar days after issuance of the existing 100% Construction Documents, the CMc shall submit a Guaranteed Maximum Price (GMP) Proposal. The approved GMP will represent the "firm fixed price" for the contract award. Construction Services The CMc at Risk shall: • Provide construction administration and management services to ensure the proper execution and completion of the construction • Provide Supervision of all construction subcontractors • Perform inspections and tests throughout the construction process • The CMc is responsible for safety at the construction site • Provide a Construction Master Project Schedule and update it monthly • Establish a submittal control system for processing all construction submittals, • Keep accurate and detailed written records of project progress during all stages of construction and prepare progress reports in the format and frequency required by the Government. • Provide Monthly Earned Value Cost Reports • The CMc will provide continuous VE input from the firm's experience and from input of sub-contractors through all phases of the contract. • The Government will provide the services of a professional Commissioning Agent. The CMc shall cooperate with the Commissioning Agent and coordinate and ensure completion of all commissioning requirements by the Subcontractors, including start-up, testing, O&M manuals, training, spare parts, tools and record documents. • Maintain an up-to-date set of As-Built Drawings and Specifications during the life of the job. • Finalize as-built Drawings/Manuals, incorporating all "As-Built" conditions. Submit record drawings and as-builts to the Government for review and approval at the completion of the construction. SUBMISSION OF STATEMENTS OF QUALIFICATIONS: Construction management firms with an interest in being considered for this Construction Manager as Constructor (CMc) contract must submit the required statements of qualifications. Statement of Qualifications shall not exceed 50 single sided pages of 8/12x11 - size paper with Arial Font, 12 pitch and shall highlight the following: (1) Company information to include name, address, telephone number, small business category (i.e. 8(a), HUBZone; SDVOSB), relevant NAICS Code, Duns Number; (2) Describe the organization structure to include Key Personnel information and their relevance to the task described; (3) Highlight relevant and demonstrated successful experience in providing specific CMc services for a minimum of two similar complex research facilities in the last ten years with a hard construction cost of at least $50 million each adjusted for inflation that best illustrate your firm's capabilities in the following areas: (a) monitoring and controlling performance schedules; (b) project cost control and reporting, including GMP preparation and tracking; (c) performing field inspections, problem solving, and safety monitoring; (d) coordinating commissioning of complex biomedical laboratory facilities; (e) construction of sustainable and energy efficient buildings: including LEED certification; (f) construction of buildings utilizing Building Information Modeling (BIM); (g) Prolog Manager; Primavera scheduling software and Earned Value Management; and, (h) Biomedical laboratory facility construction work of a scale and technical complexity similar to the work of the anticipated effort. For each project, provide a description of the services performed, the name and point of contact, beginning and ending contract price, beginning and ending date of the project, indicate whether the work was performed as a prime contractor or subcontractor. Each project must be for a different owner (4) Summary of current contract activities/commitments; (5) Confirm that your firm will be readily accessible for this work and a local office will be maintained; (6) Describe your firm's ability to manage simultaneous work efforts; (7) Describe your access to capital resources/funding to undertake work of similar scope to that which is contemplated; and (8) Current bonding capacity. Additionally, brochures or other pre-printed material may be submitted with a desired not to exceed 50 pages. Firms shall submit an original (Clearly Marked) and five (5) copies. E-mail or faxed submissions will NOT be accepted. DUE DATE Firms shall submit qualifications NO LATER THAN Friday, June 12, 2009 at 2:p.m. Eastern Standard Time to the Contracting Office Address. No phone calls will be accepted. Mail your submittals to: National Institutes of Health (NIH) Office of Acquisition, ATTN: Beverly Johnson, Contract Specialist (C), 9000 Rockville Pike, Building 13, Room 1319, Bethesda, Maryland 20892. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)." Send response to the address below: Contracting Office: National Institutes of Health Office of Acquisition/ORF Attn: Beverly Johnson Building 13, Room 1319 MSC 5711 9000 Rockville Pike Bethesda, Maryland 20892-5738
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-09-004/listing.html)
 
Place of Performance
Address: NIH Bethesda, Maryland, United States
 
Record
SN01832036-W 20090603/090601234505-0b2c27ac478ab765010ab0bcf866e7ee (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.