Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

Y -- General Construction Contractor to perform ARRA funded projects

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Energy, Pacific Northwest National Laboratory - Battelle (DOE Contractor), PNNL Contracts, PO Box 999, Richland, Washington, 99352
 
ZIP Code
99352
 
Solicitation Number
051309ARRA
 
Archive Date
7/1/2009
 
Point of Contact
Laurie Martin, Phone: (509) 375-2951
 
E-Mail Address
laurie.martin@pnl.gov
(laurie.martin@pnl.gov)
 
Small Business Set-Aside
N/A
 
Description
Battelle Memorial Institute (Battelle), in connection with Battelle's operation and maintenance of the U.S. Department of Energy's Pacific Northwest National Laboratory (PNNL) at Richland, Washington under Contract No. DE-AC05-76RL01830 has need for a General Construction Contractor to provide miscellaneous construction contracting services for American Recovery and Reinvestment Act (ARRA) funded projects. Firms responding to this sources sought request must have satisfactory prior experience and a satisfactory safety track record of performing multiple discipline construction task orders under Indefinite-Delivery Indefinite-Quantity (IDIQ) type contracts for both the Government and private sectors. Scope of work includes, but is not limited to, construction, retrofit, renovation, repair and alteration, and environmental abatement. The contractors selected will be expected to execute general construction and design-build task orders and provide timely response to remediation of facilities e.g. asbestos abatement, lead paint abatement, beryllium abatement, and minor construction situations relating to, but not limited to, civil, mechanical, plumbing, structural, electrical, heating, ventilation and air conditioning, and instrumentation. A two step process in accordance with FAR Part 14 will be used to ensure selection of the source(s) most qualified to perform the work. The ensuing solicitation will establish Go/No-go evaluation factors, whereby small businesses are encouraged to respond, and large businesses are to look for partnering opportunities with a small business contractor as the lead. Proposals will be evaluated in accordance with established criteria contained in the Request for Proposal (RFP). Step 1 will involve review of qualifications submitted by each firm and evaluated to identify the most highly qualified firms. Step 2 will involve requiring those firms making the "short-list" to submit a bid for the seed project expected to be issued as Task Order 1, as well as a schedule of unit rates for skilled craftsmen and other identified labor classifications as well as fees applicable to other direct costs, general and administrative and overheads as appropriate. The negotiated agreement will contain unit rates for management labor classifications anticipated to be used during the term of the contract. The negotiated unit rates shall be inclusive of all fully burdened direct costs, fees, taxes and overheads. The negotiated agreement shall also include fixed fees applicable to all other (e.g., materials, subcontracts, etc.) direct costs. An Indefinite Quantity type contract with Fixed Unit Rates will be solicited with a minimum guarantee of $200K and a maximum expectation of $5M. The contract has a performance period of 2 years with provisions to extend on a negotiated basis for an additional 3 years. Multiple awards are anticipated. Battelle intends to make multiple IDIQ, Fixed Price (FP) ordering agreements with the highest qualified firms. Those contractors selected for award will be expected to compete for the general construction task orders solicited during the term of the contract. The lowest priced offeror will be selected to perform the planned construction work. The Contractor shall provide for all labor, material, supplies, transportation, supervision and all other necessary items for complete and usable projects, performing all work in a workman like manner unless otherwise specified in the task orders. This shall include, but is not limited to, the following items: backhoe, crane, trucks, and suitable subsurface drilling/excavation equipment to conduct site assessments or foundation investigations, including appropriate survey equipment. Common trades which may be needed include, carpentry, plumbing, electrical, laborers, power equipment operators, cement workers, asbestos removers, painters, trades identified in the Davis Bacon Wage Determination, and other trades common to the construction industry. The Contractor will be required to perform multi-discipline construction, repair and remodeling work using these trade workers. BID BONDS, PAYMENT AND PERFORMANCE BONDS WILL BE REQUIRED. NAICS CODE IS: 236220 Commercial and Institutional Building Construction The IQ contract is a minimum of $200,000.00 and maximum of $5,000,000.00. Contract period shall commence upon date of contract award and shall remain in effect for two (2) years or until the maximum amount is reached, which ever occurs first. There will be three (3) one year option performance periods, if options are exercised. SET-ASIDE NOTICE: N/A The complete solicitation document package will be available on or about June 15, 2009. A copy of the proposal documents may be obtained by submitting a written request to Mr. Gary McAtee, Manager, Construction Contracts Gary.McAtee@pnl.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PNNL/PN/051309ARRA/listing.html)
 
Place of Performance
Address: Richland, Washington, 99353, United States
Zip Code: 99353
 
Record
SN01857093-W 20090627/090626000322-fedf63296d76184a9d96cbeff54df2d9 (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.