Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
SOLICITATION NOTICE

38 -- East Parking Deck, Infrastructure, and Improvements - CDC Roybal Campus, Atlanta, GA

Notice Date
8/31/2018
 
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
75D301-18-R-67985
 
Point of Contact
Natasha Y Rowland, Phone: 770-488-2601
 
E-Mail Address
hee5@cdc.gov
(hee5@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Project Overview This project includes, but is not limited to, design and construction of a parking deck and entry control point, improvements to the campus main entrance, site improvements, and infrastructure improvements to Roybal Campus of the Centers for Disease Control and Prevention (CDC). The procurement is unrestricted and contract award shall be in accordance with FAR Subpart 36.3 - Two- Phase Design-Build Selection Procedures. Description The Government anticipates the total cost of the design and construction of this project to be greater than $50 million. The North American Industry Classification System (NAICS) Code assigned is 236220. All prospective Offerors must be registered in the Central Contractor Registration system (CCR) to be considered for award of a Federal contract. The CDC contemplates award of a design-build contract on their Roybal Campus in Atlanta, Georgia that will include the design and construction of a parking structure, revised associated entry control point, improved campus main entrance, various site improvements throughout the campus, and targeted infrastructure improvements. The new cast-in-place parking structure will be located at the eastern portion of the campus, contain approximately 1600 parking spaces, and be incorporated into a comprehensive multi-modal entry control point for campus personnel. Work includes but is not limited to relocation of major utilities including diesel fuel tanks, installation of an elevated pedestrian bridge, and photovoltaic parking shelter panels. Improvements will also be made to the campus main entrance. Work includes but is not limited to relocation of guardhouses, installation of vehicle barriers and inspection canopies, traffic flow revisions, and new directional signage. The campus main gate must maintain basic operational flow at all times. Campus-wide site improvements include, but are not limited to grade improvements in accordance with current accessibility guidance, development of a comprehensive wayfinding plan, and installation of wayfinding signage. Campus infrastructure improvements may include, but are not limited to, domestic water loop connection, generator house construction with associated support infrastructure, and an approximately 3 million gallon thermal chilled water storage tank with associated connections to the campus central utility plant. Remediation of hazardous materials may or may not be included in this project. Extended details, specifications, and information for all features of work will be provided with the Phase 2 Request for Proposal (RFP). Phase I Solicitation Phase I process requires the potential Offerors to submit their past performance and capability information initially for review and selection of the Offerors that will be invited to participate in the Phase II Solicitation/Request for Proposal (RFP) by the Government. The evaluation criteria for Phase I are as follows: 1. Past Performance (50 points) 2. Technical Approach (20 points) 3. Proposed Team Member's Professional Qualifications (15 points) 4. Organization of Proposed Team (15 points). Phase I Proposals shall be provided in no greater size than 8 ½" x 11" hard copy format, not to exceed 25 total pages, excluding the durable cover pages. Proposal shall be spiral bound. All text shall be a minimum of 12 pt. font. Selected prospective Offerors shall be required to possess the necessary permits, registrations, and licenses that may be required to carry out all tasks covered under this contract. Phase II Solicitation Following the review, evaluation, and rating of the Phase I proposals, the Government will create a competitive range to select a maximum of three (3) highest rated Offerors to be considered for the Phase II Request for Proposals (RFP). During Phase II, a Solicitation including the detailed Statement of Work (SOW) and Project Development Studies (PDS) will be issued to each firm selected from the Phase I submissions. The detailed selection criteria for Phase II will be provided with the Phase II Request for Proposal (RFP). Offerors selected for Phase II will be provided a walking tour of the project site and tour of the existing facilities. Each Offeror must submit a firm fixed price and technical proposal for the Design-Build services for the project. Email is the preferred form of communication for questions relating to this solicitation. All Questions concerning this solicitation shall either be emailed to HEE5@CDC.GOV or sent addressed to the Contracting Officer in writing at the address below. All communications must reference the Solicitation number 75D301-18-R-67985 and be addressed to the Contracting Officer. Contract Award will be subject to availability of funds. The Government anticipates that the Phase 1 Solicitation will be posted on or around September 28, 2018 to FedBizOpps.gov. All interested parties should monitor this site for the Solicitation documents. Point of Contact Natasha Y. Rowland, Contracting Officer 2920 Brandywine Road, Mailstop K-69 Atlanta, GA 30341 Phone: 770-488-2601 Email: HEE5@cdc.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/75D301-18-R-67985/listing.html)
 
Place of Performance
Address: Centers for Disease Control and Prevention (CDC), Roybal Campus, 1600 Clifton Road, NE, Atlanta, Georgia, 30329, United States
Zip Code: 30329
 
Record
SN05067193-W 20180902/180831231206-71b52315bd7a71668eefef85596e754b (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.