SOURCES SOUGHT
Z -- Construction of Integrated Facility Improvements at Plum Island Animal Disease Center (PIADC)
- Notice Date
- 10/27/2006
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Biocontainment Operations Branch of Procurement, BPB TH378C 1131 Chapel Crossing Road, Brunswick (Glynco), GA, 31524, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- LGL07R00003
- Description
- Description of project: Contractor will furnish all labor, material, supervision and equipment to construct the Integrated Facility Improvements and enhancements at Plum Island Animal Disease Center (PIADC), New York. The proposed improvements and enhancements to the PIADC facility will assure the continuation of existing research as well as satisfy increased mission responsibilities for Agro-defense. The proposed construction is as follows: Construct New Animal Wing, consisting of 8,000 net square feet of new animal holding capacity with various room sizes and configurations. A new batch wastewater treatment system to handle potential zoonotics isolated to the new wing would also be required. Upgrade Chiller Plant ? Provide additional chiller towers with sufficient capacity to service all new construction and interior facility upgrades; replace and upgrade the chilled water transmission line leading to Building 101. Expand and Upgrade the East and Orient Necropsy ? Construct new necropsy capability dedicated to research functions servicing the new animal holding wing. The existing necropsy will be improved and expanded to handle school observation and decontamination needs. Convert the East Service Wing Storage Area to BSL-3 Laboratory Space ? Provide 2500 sq. ft. of converted storage space as laboratory space for DHS research programs; refurbish existing labs C & D and the conversion of underutilized space for APHIS and/or ARS needs. Power Distribution/UPS?Provide an Uninterruptible Power Supply (UPS) System for the HVAC systems, communication, alarm and security systems, and compressed air for airlocks. Bldg. 102 Waste Water Decon Upgrades?Provide necessary process upgrades (isolated tank, pump, piping replacements) to the laboratory wastewater decontamination system. Provide a new wastewater transmission line from Building 101 to Building 102. Perform necessary structural repairs, roofing and finishes to ensure the facility meets necessary bio-containment standards. Upgrade Water Supply System?Provide evaluation of known issues, replacement of antiquated distribution system piping and upgrade of treatment systems related to the domestic water supply system, water purification system and fire suppression system. Firehouse/Motor Pool ? Construct new firehouse/motor pool building to replace the antiquated and inadequate structures and to consolidate within the active area of the island the Firehouse, Motor Pool, and Emergency Operations Center (EOC). The Government intends to utilize the Construction Manager as Constructor (CMc) concept for this procurement. Under this contract the CMc will function as a collaborative member of the project team and shall be an active participant in pre-construction by providing expertise during the design process (e.g., checking estimates, performing constructability reviews, and design mockups). The CMc is responsible for all construction, construction supervision, and inspection responsibilities. The services requested of the CMc shall cover a wide range of design and construction activities which are often performed by both Construction Managers and general contractors. The CMc must maintain a team with the expertise and capability to manage and coordinate the timely and orderly development and construction of the proposed project. The CMC shall be required to assign, as needed, a team consisting of architectural, civil, structural, mechanical and electrical reviewers; cost estimators; CPM analysts; field engineers; field support staff; construction supervisors ; construction superintendents; testing engineers/technicians; and other disciplines. The CMc shall provide the Government with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, schedule control, alternative ideas, problem prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, and the principles of Federal construction contracting and contract administration. Most importantly, the CMc shall have complete responsibility for construction of the facility. At a pre-determined point in the design phase, likely at about 70%, a Guaranteed Maximum Price (GMP) will be negotiated and construction of the project will begin. The CMc will be contractually bound to pay for costs that exceed the GMP unless the Government changes the scope. The estimated construction cost is about $25 - $30 million, to include the CMc?s Preconstruction and Construction Phase Services. This procurement will be negotiated on a best value basis in accordance with FAR 15.101, based primarily on a trade-off between relevancy and quality of present/past performance, and price, with all evaluation factors other than price, when combined, considered significantly more important than price. The best overall value to the Government includes demonstrating a commitment to construction excellence, providing and maintaining a viable team organization and adherence to the budgetary and time parameters for this project. Offerors will be evaluated on relevant corporate experience, past performance on relevant contracts where the offeror acted as prime contractor or CMc, Key Personnel, to include experience and qualification of proposed staff, and price. The price proposal will include pricing of the CMc?s cost of Pre-construction Services and a total fee for Construction Phase Services, including profit, General Conditions, and other overhead costs. Interested firms should, as early as possible, but no later than November 13, 2006, indicate interest in this acquisition by letter (no more than 2 typewritten pages), referencing the solicitation number, with a brief summary of experience in relevant contracts (scope and magnitude) where the offeror acted as a prime contractor or CMc, particularly in the construction of BioSafety Level 2, 3, 3Ag laboratories, animal vivariums, necropsies, or similar facilities. The offeror should describe its performance of the pre-construction and construction phase services provided. The letter should clearly identify the business size, i.e., large business, small business, 8(a), HUBZone, SDVOSB, WOSB, etc. Due to the estimated value of this project, the letter must also provide the offerors bonding capacity (single project, aggregate limit, and bonding currently available). Letters should be sent to the attention of Robert E. Driggers, Contracting Officer, at the contracting office address listed above, preferably as an e-mail attachment, with a copy to Ms. Paulette Webster. (E-mail addresses are provided below). More detailed present/past performance information will be required with proposals. In response to the solicitation, offerors will be required to demonstrate their ability to perform projects of a similar scope and magnitude, perform quality work, complete projects on schedule, and at a reasonable price. Award of the resulting contract will not necessarily be made to the lowest priced offeror. It is the intent of the Government to negotiate and award a contract to a well qualified firm with extensive experience in performing projects of similar scope and magnitude. The Government anticipates significant subcontracting activity under this contract. The solicitation will be available about late December, 2006, or early January, 2007, with proposals due about mid February, 2007. The Government intends to use the results of this Sources-Sought Notice to determine acquisition strategy for this procurement, utilizing NAICS Code 236220, Size Standard $31.0M. If you are interested in this solicitation, please provide the information required above, point of contact, company phone, fax number and e-mail address, to Robert E. Driggers, Contracting Officer, phone 912-261-3630, fax 912-261-4176, or email: Bob.Driggers@dhs.gov or Paulette Webster, Procurement Technician, phone 912-554-4613, email: Paulette.Webster@dhs.gov no later than November 13, 2006. THIS IS A SOURCES SOUGHT SYNOPSIS AND IS NOT A REQUEST FOR PROPOSALS. Points of Contact: Robert E. Driggers, Contracting Officer, (912)261-3630, E-mail Bob.Driggers@dhs.gov Danny Hager, Chief, Bio-containment Procurement Branch, Procurement Division, (912) 267-3290, E-mail Danny.Hager@dhs.gov Paulette Webster, Procurement Technician, (912) 554-4613, E-mail: Paulette.Webster@dhs.gov
- Place of Performance
- Address: Plum Island Animal Disease Center, Greenport, NY
- Zip Code: 11944
- Country: UNITED STATES
- Zip Code: 11944
- Record
- SN01171994-W 20061029/061027220330 (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 |