Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2009 FBO #2924
MODIFICATION

Y -- General Construction (GC) of the CBER LABS under the Food and Drug Administration (FDA) Consolidation Program at White Oak, Silver Spring, MD

Notice Date
11/24/2009
 
Notice Type
Modification/Amendment
 
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, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS11P10MKC0023
 
Point of Contact
Terrie Latimer, Phone: (202) 561-7820, Bonnie E Echoles, Phone: (202) 561-7821
 
E-Mail Address
terrie.latimer@gsa.gov, bonnie.echoles@gsa.gov
(terrie.latimer@gsa.gov, bonnie.echoles@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) in a negotiated procurement for CBER LABS and OFFICES under the Consolidation of the Food and Drug Administration - Center for Biologics Evaluation and Research (CBER) in White Oak, Silver Spring, Maryland. This project is the fourth phase in a multiphase construction project that will construct a new office, laboratory, and research campus for the FDA at White Oak. The site, located one mile north on New Hampshire Avenue off the Capital Beltway, is the former US Navy facility at the Federal Research Center - Naval Ordinance Laboratory in White Oak, Silver Spring, MD. Five phases are planned in total, with phasing summary as follows: Phase 1 - Center for Drug Evaluation and Research (CDER) Laboratory Facility (111,250 gsf) [awarded September 2001; completed 2003]; Phase 2 - Center for Drug Evaluation and Research (CDER) Office Buildings 1(551,000 gsf) and 2 (330,000 gsf); Phase 3 - Center for Devices and Radiological Health (CDRH) Laboratory & Office (530,330 gsf); Phase 4 - Center for Biologics Evaluation and Research (CBER) Laboratory & Office (560,050 gsf); and Phase 5 - Office of Commissioner (OC) & Office of Regulatory Affairs (ORA) Offices (455,796 gsf). The 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. The contractor will perform the construction in accordance with the design specifications, drawings and terms and conditions of the contract. North American Industry Classification System (NAICS) Code is 236220 and the Size Standard is $33.5 million. The estimated construction cost range is between $250 - $350 million. The Construction Performance Period shall not exceed 1200 calendar days from receipt of a Notice to Proceed. This negotiated solicitation is open to both small and large business firms. The firm (if not a small business concern) shall be required to present an acceptable small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and woman-owned small business Subcontracting Plan in accordance with Public Law 95-507, as part of its proposal. Consideration is open to established, qualified firms (including subcontractors), which currently have active, properly staffed offices within the continental United States. Competitive formal source selection procedures will be used in accordance with FAR Subpart 15.3. The contract will be Firm Fixed Price. The "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 the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: 1. EXPERIENCE. (1) The offeror must demonstrate its past organizational experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) LAB 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 LAB building including site, structural, electrical, mechanical, plumbing, interiors and fire protection systems; (b) The project met one (1) of the following criteria: (i) The building size was not less than 150,000 gross square feet, or (ii) The construction cost at award of the construction contract was not less that $20 million for the complete building. (2) The offeror may demonstrate its experience as a General Construction (GC) Contractor responsible for the construction of five (5) additional projects within the past ten (10) years, which are comparable in nature, type, and complexity to the project in this solicitation. (3) The offeror shall submit Data and/or Information for each Project (three minimum to seven maximum) presented, in accordance with the RFP. 2. PAST PERFORMANCE. This factor considers the extent of the offeror's past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. Consideration includes: (1) The offeror has experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) office projects, within the past ten (10) years; (2) The 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. 3. KEY PERSONNEL. This factor considers the qualifications of the 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. 4. MANAGEMENT PLAN & SCHEDULE. 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 proposed total contract duration in calendar days, which shall not exceed 1200 calendar days (40 months) from 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, including 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 sequencing of work and on how the offeror intents to manage their subcontractors in order to ensure a smooth working relationship with the occupants of the building. The offeror should also discuss their procedures to ensure strict quality control relative to both workmanship and materials. 5. SUBCONTRACTING PLAN. The 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, Small Disadvantaged, and Women Owned Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000 ($1,000,000 for construction) will be required to demonstrate that its subcontracting plan represents a creative and innovative program for involving small, small disadvantaged, and women-owned small business concerns as subcontractors in the performance of this contract. If selected for award, the offeror's subcontracting plan should be ready for approval without the need to obtain additional information. The GSA goals for subcontracting are as follows: small businesses at least 41% of total subcontracting planned; small disadvantaged businesses at least 12% of small business subcontracting planned and small women-owned businesses at least 5% of small business subcontracting planned. 6. APPRENTICESHIP PROGRAM: 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 General Services Administration will only make this RFP available electronically at www.fbo.gov. GSA intends to upload the RFP at this site on or about December 4, 2009. This site provides instructions for downloading the RFP. GSA will not maintain a bidders' list for this solicitation. The www.fbo.gov website, however, does establish and maintain an Interested Vendors Listing (IVL). Although not mandatory, offerors are strongly encouraged to register to receive notification of upload of the RFP at this site and register on the Interested Vendor List (IVL). This will be a standard RFP where Technical and Price are to be submitted same date and time, but separate packaging. In accordance with the requirements of the RFP, proposals shall be submitted no less than 30 calendar days from issuance of the RFP; projected date of January 6, 2010, by 3:00 PM, EST, to the following address: GSA, NCR, ROB, Bid Activity (WPY) - Room 1065, 301 7th Streets, SW, Washington, DC 20407. This solicitation is not set-aside for small business concerns. However, this procurement is being made under the Small Business Competitiveness Demonstration Program. All qualified responsible firms are encouraged to participate in this procurement. Small, veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and women-owned small businesses are encouraged to participate as prime contractors, or as members of joint ventures with other small businesses. Any questions regarding this notification should be directed to the Contracts Negotiator or Contracting Officer whose name appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendments, if any, to the solicitation. Note: The following changes have been added to this Presolicitation Notice: In body of description, offices has been added to include CBER LABS and OFFICES Cost range 250-350 million Increase performance period to 1200 calendar from receipt of NTP Clarification: This will be a standard RFP where Technical and Price are to be submitted same date and time, but separate packaging.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPC/GS11P10MKC0023/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02011260-W 20091126/091125000132-20eda2fcc32130c5f709fa7f3d8075da (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.