Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2009 FBO #2789
SOLICITATION NOTICE

38 -- Building 107 & 108, Chamblee Campus

Notice Date
7/14/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2009-N-11460
 
Archive Date
9/12/2009
 
Point of Contact
Kenneth R Ivery, Phone: 770-488-2772, Richard C Elder, Phone: (770)488-2654
 
E-Mail Address
kivery@cdc.gov, relder@cdc.gov
(kivery@cdc.gov, relder@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Description The Centers for Disease Control and Prevention (CDC) contemplates award of a fixed price contract for Design/Build of CDC Building 107 & 108, two multi-story office buildings and their associated parking decks at the Chamblee Campus, 4770 Buford Highway, Atlanta, GA. 30341. The contract award shall be in accordance with a Two Phase Design Build Selection Procedure, as set forth in the Federal Acquisition Regulation (FAR) Subpart 36.3. The Government estimates total cost of the design and construction to be between $200M - $300M. The North American Industry Classification System (NAICS) Code assigned is 236220. All prospective offerors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. This procurement is unrestricted. The Building 107 project (B.107) consists of the design and construction of a new 294,800 gross square feet (GSF) office building, site utilities and a 729 car parking deck. A service drive and hardscape treatment to provide pedestrian and emergency vehicle access is included in the project in accordance with the Chamblee Campus Master Plan. The project includes approximately 275 linear feet (LF) of utility services containing steam, water, voice/data, and other utilities, which will connect with the existing campus utility tunnel system. This connection will service Buildings 107 & 108; however, Building 107 will be supported by the existing Central Utility Plant (CUP) capacity for steam and chilled water. The Building 108 project (B.108) consists of the design and construction of a new 285,500 GSF office building, site utilities and a 781 car parking deck. A service drive and hardscape treatment to provide pedestrian and emergency vehicle access is included in the project in accordance with the Chamblee Campus Master Plan. The project includes purchase and installation of equipment including but not limited to a chiller and cooling tower which will be installed in the existing Chamblee Campus CUP to support Building 108. Buildings 107 & 108 will be similar in architectural appearance to the existing Chamblee Campus Building 106. The Parking Decks associated with each building will be combined into one structure for concurrent construction along with on grade parking spaces required for the project. PHASE I Pursuant to the requirements of FAR 36.303-1, this notice constitutes Phase I solicitation of prospective offerors for this requirement. Phase I process requires potential offerors to submit their performance and capability information initially for review and consideration by the Government. Information for Phase II is not being released at this time. The evaluation criteria for Phase I 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 I proposals, the Government will create a competitive range to select a maximum of five highest rated offerors to be considered for Phase II. Only prospective offerors 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 prospective offerors shall be required to possess the necessary permits, registration and licenses that may be required to carry out all tasks covered under this contract. Prospective Offerors desiring consideration are invited to make a Phase I submission of a letter of interest along with seven (9) hard copies and one (1) electronic copy of completed form SF 330's. 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. Phase I responses are due by 2:00 p.m. (Eastern Standard Time) on August 28, 2009. Proposals received after this date and time shall be late nonresponsive and therefore will not be considered. Prospective Offerors 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 I 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 I submittal period. All proposals are to reference Solicitation number 2009-N-11460. PHASE II During Phase II, a Solicitation will be issued to each prospective offeror within the competitive range also referred to as the short list. Offerors selected to participate in Phase II competition for award of a contract will be notified in writing. Each prospective offeror will be given a copy of the Building 107 & 108 Project Development Studies (PDS) and a tour of the site prior to their interview. Each prospective offeror will also be asked to submit a price and technical proposal for design-build services for the Building 107 & 108 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) As a part of the selection process during Phase II, each of the shortlisted teams will also be asked to make a 30-minute presentation. It is important that the Design Build team's key personnel proposed for assignment on the project be present and actively participate during the presentation. Teams are invited to clarify their proposals during the interview and CDC will pose questions to proposed team members. The Government will make an award to the responsible prospective offerors whose proposal conforms to the solicitation, and offers the best value to the Government with 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 the best value prospective offeror selection. The 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 in accordance with FAR 15.306(d)(3) and FAR 15.307, of technical deficiencies and significant weaknesses and will be given an opportunity to clarify and submit a final proposal. Additionally, the Contracting Officer may request minor clarifications to resolve ambiguities or omissions during evaluations without having discussions. Questions concerning this solicitation shall be addressed to Kenneth Ivery, Contracting Officer in writing or may be e-mailed to kivery@cdc.gov. Contract Award will be subject to availability of funds. The project will be incrementally funded which necessitates that cost proposals submitted during Phase II be provided separately for the Design and Construction Phases. Funding is available initially for the Design Phase and all efforts will be made to make a complete award, including the construction phase no later than June 2010. However, due to Congressional funding, this award may be delayed until Government Fiscal Year 2011 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 [seven (9) hard copies and one (1) electronic copy] of Phase I submittals to: Centers for Disease Control and Prevention (CDC), Buildings and Facilities Contracts Branch, Attn: Kenneth Ivery, 2920 Brandywine Road, Atlanta, GA 30341, Room 2813, Mail Stop K-71.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2009-N-11460/listing.html)
 
Place of Performance
Address: 4770 Buford Highway (Chamblee Campus), Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01874962-W 20090716/090715000448-da6156cbc6b29cd3889d33e65fb6aa53 (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.