Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2010 FBO #3256
SOURCES SOUGHT

Z -- Construction Manager as contractor (CMc) for the Building 1 Renovation Project (B1R)

Notice Date
10/22/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB194000-11-0001
 
Archive Date
12/8/2010
 
Point of Contact
Jason Gerloff, Phone: 3034976320, Jennifer L. Malcolm, Phone: 3034973764
 
E-Mail Address
jgerloff@nist.gov, jennifer.malcolm@nist.gov
(jgerloff@nist.gov, jennifer.malcolm@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. A SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE NOT AVAILABLE AT THIS TIME. The purpose of this sources sought notice is to conduct market research to assist in determining whether to set this acquisition aside for small business, 8(a), HUBZone small business, or service-disabled veteran-owned small business concerns. Any interested small business, 8(a), HUBZone small business, or service-disabled veteran-owned small business concern may submit a capabilities statement demonstrating its ability to perform the requirement. The capabilities statement should conform with the instructions provided below. THE REQUIREMENT: The U.S. Department of Commerce, National Institute of Standards and Technology (NIST), anticipates a requirement for Construction Manager as constructor (CMc) services for the renovation of Building 1 (B1R) on NIST's campus in Boulder, Colorado. The NAICS code for the proposed acquisition is 236220, Commercial and Institutional Building Construction, and the Small Business size standard is $33.5 million. The project is planned to be announced in the fall of 2010 with an award anticipated for the spring of 2011. The estimated price range of this project is $50,000,000.00 to $80,000,000.00. The performance period for this project is estimated at one thousand ninety five (1095) calendar days after the written Notice to Proceed. The proposed NIST B1R project is a necessity for NIST's continued long-term support of US industrial competitiveness in the world market. The B1R will provide extensive renovation of approximately three fourths of Building 1, including Wings 3, 4, 5, 6 and a portion of the Center Spine. This will provide 150,000 net assignable square feet of high performance laboratory space to perform research and measurements needed by industry and the scientific community. The B1R consists of enhanced temperature control down to +/- 0.5 degree C, humidity control to +/- 5%, continuous air flow with filtration to class 10,000, and new service corridors to provide lab support space for utilities in addition to the pedestrian corridor. The building will be occupied throughout the construction process. Electrical elements included in the renovation will address components such as lighting, power distribution, power quality, electromagnetic interference, and standby emergency power for critical laboratory functions. The B1R will locate the bus ducts in the service corridors. Chilled water, steam, and compressed air will be supplied from the Boulder site Central Utility Plant. Communication elements that will be addressed include infrastructure components such as telephone cabling and fiber optic networks for data. Life safety and building security elements in the renovation include components such as fire alarm systems, fire sprinkler systems, and building access control. Renovation design and construction will comply with the Energy Policy Act of 2005 and will be submitted for LEED certification for existing buildings. Renovation design will comply with ADA Standards for accessible design as most recently revised. The renovation will provide a facility that will allow NIST to advance measurement science, standards and technology beyond current constraints. Electronic, optical, radiation, chemical and information technologies will be supported. The renovation will support key technology areas such as nanotechnology, biotechnology, new energy sources, computing and telecommunications in a high performance facility. Environmental and space requirements for the B1R are based on extensive programmatic studies of NIST's technically demanding scientific programs, many of which directly or indirectly support US competitiveness. The building environmental requirements for programs slated for the B1R are not being effectively and economically met with laboratory space currently occupying a structure dedicated in 1954. CMc: The CMc shall provide pre-construction phase services and construction phase services. The CMc's contract will consist of a firm fixed price basic requirement for pre-construction phase services and optional requirements for construction phase services for the exterior and interior divided amongst the wings and sections of the building, which will be awarded with a Guaranteed Maximum Price (GMP) not to exceed $80,000,000 for all options. Pre-Construction Phase Services shall include, but may not be limited to, review and evaluation of concept, design development and construction documents, constructability review, sustainable design review, consultation during construction document production, preliminary project schedule development, recommendations on phased construction, cost estimates, development of subcontractor and supplier interest, and identification of long-lead items. Also included in this phase will be the development of a migration plan for Building 1 occupants emphasizing minimal impact to NIST's core mission during a multi-year phased construction. Construction Phase Services shall include, but not be limited to, administration of the construction contract (whether the work is performed with the CMc's own forces or under subcontract), coordination of regular construction meetings, CPM scheduling, daily logs and monthly reports, monitoring of construction costs, record keeping, progress reporting, schedule control, inspections, testing, and other required supplemental LEED services. The CMc shall review all construction document submissions for constructability and ensure conformance to the project budget. The CMc shall review A-E cost estimates, shall provide independent cost estimates and recommend adjustments to the estimates or the design to assure that the project stays within budget. The CMc shall provide NIST with sound management advice regarding the approach to the project, how to achieve the best value in the work being accomplished, necessary actions, schedule control, alternative ideas, problem/claim prevention, and budgeting. The CMc shall have a full understanding of the project, its contract documents, the principles of Federal construction contracting and contract administration. The CMc shall have complete responsibility for construction of the project. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). To register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at 800-333-0505 or on line at https://www.dnb.com/product/eupdate/requestOptions.html. If the requirement is set aside for small business, the awardee shall comply with FAR 52.219-14 Limitations on Subcontracting (Dec 1996), which states in relevant part, "(b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for...(3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." When the solicitation is announced the following will be required: 1) An Injuries, Illness, and Fatalities (IIF) rating of 1.0 or less. This rating must be submitted on the OSHA forms 300 and 300A and for calendar year 2010. 2)Experience Modification Rating (EMR) -Provide an EMR rating at or below 1.0 by submitting documentation from NCCI or its state rating agency, as appropriate. This is to be submitted for calendar year 2010. CAPABILITIES STATEMENT SUBMISSION INSTRUCTIONS Any interested small business, 8(a), HUBZone small business, or service-disabled veteran-owned small business concern shall submit its capability statement no later than Tuesday, November 23, 2010, at 12:00 p.m. Mountain Time to the following address: Jason Gerloff, Contract Specialist National Institute of Standards and Technology (NIST) U.S. Department of Commerce 325 Broadway (MC 194) Building 21 Boulder, CO 80305-3325 (303) 497-6320 Each submission shall include the following: 1) The concern's Central Contractor Registration (CCR) verifying its small business status; 2) A letter from the concern's bonding company demonstrating a bonding capacity of at least $80,000,000 for the above referenced project; Minority Businesses that seek assistance with bonding should contact MBDA - Minority Business Development Agency at www.MBDA.gov. Other Small Businesses should contact their Small Business Representative at the Small Business Administration. 3) Verification the concern's Online Representations and Certifications Application (ORCA) is updated and valid; 4) A detailed description of the concern's experience with similar and recent renovation projects in which it performed as the prime general contractor that demonstrates the concern's ability to perform NIST's current requirement. For each project, the concern shall describe in detail the size, scope, and complexity; phasing plan; planned and actual budget; planned and actual schedule; the tenants that occupied the building; cost control and cost tracking methods; schedule control, coordination, and its experience in delivering the completed projects. The concerns shall also describe how it worked within a fixed schedule and within the prescribed budget. Descriptions of new construction projects will be considered significantly less indicative of ability to perform the requirement than renovation projects. 5) A detailed description of the concern's experience as a prime contractor providing CMc services or Construction Manager Services that demonstrates the concern's ability to perform NIST's current requirement. For each project, the concern shall describe in detail the services provided as design review, cost estimating, sustainability review, scheduling and general construction services. Each project under number 4 and number 5 is to be explained in 800 to 1600 words. NOTE: For #4 and #5 above, Joint Venture or Mentor/Protégé concerns shall describe their experience on projects of the Joint Venture or Mentor/Protégé concerns rather than the constituent members of the Joint Venture or Mentor/Protégé concern. The experience of the constituent members will be considered significantly less indicating of ability to perform the requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB194000-11-0001/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02315787-W 20101024/101022234017-b5af49b225edfe1f812a43076723c550 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.