Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
MODIFICATION

38 -- High-Containment Continuity Laboratory, Building 28 (HCCL, B-28) - CDC Roybal Campus, Atlanta, GA - Solicitation 1

Notice Date
9/21/2018
 
Notice Type
Modification/Amendment
 
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-67966
 
Response Due
10/22/2018 2:00:00 PM
 
Archive Date
11/6/2018
 
Point of Contact
Philippa D Butts, Phone: 7704882684
 
E-Mail Address
ezo2@cdc.gov
(ezo2@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Notice Information added on: September 21, 2018 Project Overview The Centers for Disease Control and Prevention (CDC) operates high-containment laboratories (HCLs) to study some of the most virulent threats to public health. Outbreaks involving pathogens such as the Ebola and Zika viruses place increased pressure on our national research resources to maintain appropriate biocontainment environments. CDC's need for continuous high-biosafety level (BSL) containment laboratory space is growing as the threats from existing and emerging high-consequence pathogens are discovered. The design and construction of the High-Containment Continuity Laboratory (HCCL) on the Roybal Campus in Atlanta, Georgia will meet these needs. This Solicitation includes full and complete Construction Manager as Constructor (CMc) Pre-Construction, Construction and related project provisions. The CMc shall manage and perform the construction of the facility. The CMc shall provide comprehensive pre-construction and construction services, including, but not limited to: constructability reviews of the design documents, cost estimates, participation in an independent value engineering process, management and inspection services, bonds, CPM schedules, health and safety plan, product submittal development and review, develop required coordination drawings, construction administration services, security and logistic control, furnish tools, materials, equipment, labor and incidentals, safety review/inspections, quality control, coordinate all construction related work, test and inspections, commissioning, operational manuals, facilities maintenance training, record documents, warranties, and other related professional services. The Government will utilize the services of an A/E for the project design and design side construction administration services. The CMc will be required to work with the A/E firm at the pre-design phase through project completion and will agree to accept the relationship of trust and confidence, and covenants with the Government, to furnish the requisite skill and judgements and to cooperate with the A/E in furthering the interests of the Government. The CMc contract award shall be in accordance with a Two Step Selection Procedure. This procurement is unrestricted with regard to business size. Only CMc firms and their major consultants/joint venture partners having offices within a fifty mile radius of the CDC Roybal Campus, will be considered for this procurement. Description The HCCL will be a highly flexible biological laboratory comprised of BSL-3E and BSL-4 laboratories and associated support. The multi-story research building will house adequate laboratory space for eighty laboratorians. The HCCL will have gross building area of approximately 96,000 square feet and has an estimated project cost over $100 million. Research space is approximately 16,000 square feet, and the remaining approximate 80,000 square feet supports related mechanical, electrical, and plumbing operations and infrastructure. All biosafety features and systems of high containment laboratories will be included such as HEPA filtered supply and exhaust air, air pressure resistant doors, effluent collection and treatment, special wall, floor and ceiling coatings and penetrations, and other systems such as high purity breathing air and chemical decontamination showers that support BSL4 workers donning air pressure resistant suits. The HCCL's architectural character and massing will complement the finishes, textures, and colors of the adjacent Roybal Campus buildings. The Project includes utility infrastructure extensions necessary to connect the building to existing Roybal Campus utility systems with below grade utility tunnels for distribution of utility services. Step I Solicitation Pursuant to the requirements of FAR Part 36, this notice constitutes Step I solicitation of prospective Offerors for this requirement. The Step I process requires the potential Offerors to submit their past performance and capability information, for initial review and short-list selection of the Offerors that will be invited to participate in the Step II Solicitation/Request for Proposal (RFP) by the Government. The evaluation criteria for Step I are as follows: 1. Past Performance (45 points) 2. Proposed Team Member's Professional Qualifications (40 points) 3. Team Experience Working with A/E's in a CMc process (15 points) Step I and II assessment ratings of the evaluation criteria/factors is as follows: a) Outstanding. The Government has no doubt that based on the Offeror's response to the selection criteria that same will lead to the successful completion of the project. b) Good. The Government has little doubt that based on the Offeror's response to the selection criteria that same will lead to the successful completion of the project. c) Acceptable. The Government has some concerns that based on the Offeror's response to the selection criteria that same will lead to the successful completion of the project. Step 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. A page is each single face of a sheet of paper. Proposal shall be spiral bound. All text shall be a minimum of 12 pt. font. 1. Past Performance of Offeror (45 points) Emphasis of the Past Performance responses shall be on the pre-construction and construction services of biocontainment laboratory facilities with preference of BSL 3E & 4 laboratory facilities. Minimum responses shall include, but not be limited to the following: (a) Past performance on similar contracts with U.S. Federal Government agencies clearly maintaining defined project scope, schedule and budget. (b) Past performance on similar contracts with other Government and private industry maintaining defined project scope, schedule and budget. (c) Demonstration of user satisfaction with quality of work. (d) Demonstration of successful planning and logistics techniques in phased projects within an operational campus environment. Provide information for a minimum of two (2) representative biocontainment laboratory past projects managed and constructed by the Offeror and clearly indicate if projects were BSL 2, 3, 3E, 4 and/or Vivarium. Provide sufficient scope information to determine similarity to work contemplated by this acquisition. For each project indicated, Offeror shall provide a client (Owner, Contracting Officer, Program Manager), A/E Quality Control Inspector and Bonding Company contact name, current telephone number, and e-mail address. Provide project contract type, total contract value, period of performance, and indicate if projects were on time and within budget; and, if not, indicate the cause and final outcome of any noncompliance. In addition, to meet the required minimum proposal criteria, all proposals must provide a clear and concise record of any and all claims filed by, or on behalf of the proposed Offeror, and against the proposed Offeror including all partner members for the past ten years, with the outcome described. 2. Proposed Team Member's Professional Qualifications (40 points) Qualifications of key personnel shall be provided, including but not limited to: Construction Executive, Project Managers, Lead Project Engineer, Lead Superintendent, Quality Control Officer/Manager, Lead Scheduler, Safety Officer/Manager, Building Automation Controls Manager, MEP Coordinator, Biocontainment Consultant, Lead Cost Estimator, and Rock Blasting Consultant. Minimum responses shall include, but not be limited to, the following: (a) Professional experience, designating responsibility and title of person as it applies to biocontainment laboratory pre-construction and construction experience. Relevant experience shall only include that which was gained via actual pre-construction and construction performed/managed by the key personnel of biocontainment laboratories with clear indication of biocontainment level and vivarium component. Any and all claimed key personnel experience gained as either: 1) a member of a firm which served as the Lead Contractor/CMc, but actually subcontracted the specialty Biocontainment component to others; or 2) wherein the key personnel did not actively participate as a part of the pre-construction and construction Biocontainment Laboratory team, shall not be included. This requirement is waived for the Rock Blasting Consultant. (b) Past shared preconstruction and construction project experience of CMc team. Additionally, each Offeror shall provide a client contact name, current telephone number, e-mail address, and project name of two projects demonstrating the key personnel qualifications. Client Contact information may be the same or different than those provided for other factors. 3. Team Experience Working with A/Es as a CMc (15 points). The Offeror shall demonstrate its past management of project scope, schedule and budget of similar projects in cooperation with an A/E and Owner with preference of biocontainment laboratories. Provide any pertinent information which clearly demonstrates the Offeror's ability to work in cohesive and collaborative team environments with an A/E and Owner while maintaining the scope, schedule and budget project requirements. Selected prospective Offerors shall possess the necessary permits, licenses, bonds and insurance that are required to carry out all tasks covered under this Solicitation. Prospective Offerors desiring consideration are invited to make a Step I submission of a letter of interest from the legal entity proposing to submit a proposal, along with eight (8) hard copies and one (1) electronic copy of the Step I proposal. Step I responses are due by 2:00 p.m. (Eastern Standard Time) on Monday, October 22, 2018. Proposals received after this date and time shall be late and 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 Step 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 the Step I Solicitation process. All proposals must reference Solicitation number 75D301-18-R-67966. Step II Solicitation Following the review, evaluation, and rating of the Step I proposals, the Government will create a competitive range of higher rated Offerors to be considered for the Step II Request for Proposals (RFP). During Step II, a Solicitation including the detailed Statement of Work (SOW) and Project Development Study (PDS) clearly defining all project requirements will be issued to each firm selected from the Step I submissions. Firms selected for Step II will be provided a walking tour of the project site and possible tour of the existing facilities at the Roybal Campus. Each firm must submit a technical proposal for pre-construction and construction services. The Step II proposal due date is expected to be completed by the Offeror in approximately eight weeks from the issue date of the Step II Request for Proposal. The assessment ratings of the Step II evaluation criteria/factors is indicated in the Step I Solicitation requirements above. The following criteria represent the Step II selection criteria/factors which will be used by the CDC's Source Selection Panel (SSP) for the source selection process: 1. Pre-Construction and Construction Key Personnel Allocation (25 points). The Offeror shall indicate whether individual key personnel members shall be involved in pre-construction phase services, construction phase services, or both and identify percentage of time each individual listed as key personnel will be allocated to this specific project. Provide resource alternatives should additional manpower be required of the key personnel and/or augmented by additional resources. Provide means Offeror will employ to ensure that the key personnel listed will be available throughout the course of the project to ensure that the project is successful. Provide means Offeror will use to ensure continuity of pertinent project information from the pre-construction phase to the construction phase through project completion. 2. Management Plan and Organization of Proposed Team (55 points). Minimum responses shall include, but not be limited to, the following: (a) Organizational structure and demonstrated ability to organize and manage similar contracts. Include how this was successfully employed on past biocontainment laboratory projects. (b) Provide preliminary CPM design schedule and provide Offeror's planned course of action to properly address any schedule slippage and to incorporate possible changes to the scope of work while maintaining the contract completion date. (c) Provide Offeror's project cost control measures that will be utilized throughout the design and construction phase to ensure that the project remains within budget. Also include CMc interface and recommended procedures with the A/E and Owner during the design and construction process to ensure budgetary compliance. (d) Provide Management plan reflecting coordination and supervision of work, quality control, testing and inspections, document reviews, issue tracking and resolution, schedule compliance, safety compliance, coordination drawings, submittal and mock-up reviews, commissioning support, as-built drawing documentation, project documentation turnover, training of facilities operation staff, logistics planning, unplanned outages and disruption mitigation and avoidance. 3. Relevant Experience in Providing Pre-Construction and Construction Services (20 points). The Offeror shall provide pertinent information for the Government to evaluate the Offeror's team relevant biocontainment laboratory experience providing pre-construction and construction services on similar projects in which the proposed personnel were involved from the onset of design, required to participate in design decisions, ongoing value engineering and processes, constructability and phasing design documents reviews, project cost validation, issues resolution, testing and inspections, and quality control leading to and including final delivery of the project. As a part of the selection process during Step II, each of the teams selected for Step II will also be asked to make a 45-minute presentation to the Source Selection Panel (SSP), followed by a 45 minute follow-up questions and answers period at the CDC in Atlanta, Georgia at a specific date and location to be determined. It is recommended that the Offeror's key personnel for assignment on the project be present and actively participate during the presentation. Teams are invited to clarify their proposals during the presentation. CDC will pose questions to the proposed team members in the second portion of the meeting based on standardized questions, as well as specific questions in accordance with the submitted proposals from Step II and the Offeror's presentation. Step II Proposals shall be provided in no greater size than 8 ½" x 11" hard copy format, not to exceed 40 total pages, excluding the durable cover pages. A page is each single face of a sheet of paper. Proposal shall be spiral bound. All text shall be a minimum of 12 pt. font. Step II Proposals will be submitted with eight (8) hard copies and one (1) electronic copy. The Government will make an award to the responsible prospective Offeror whose Step I and II proposals 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 will support the SSA by making a recommendation for the best value prospective Offeror's selection. The proposals will be scored according to the technical evaluation factors and standards outlined in the Solicitation/Request For Proposal (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 without discussion on the basis of the initial proposals. The Contracting Officer may request minor clarifications to resolve ambiguities or omissions during evaluations without having discussions. 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 may be given an opportunity to clarify and submit a final proposal. Additional information for Step II will not be submitted until the completion of the Step I selection process. Offerors selected to participate in Step II competition for award of a contract will be notified in writing. Contract Award will be subject to availability of funds. E-mail is the preferred form of communication for questions relating to this Solicitation. All questions concerning this Solicitation shall either be e-mailed to EZO2@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-67966 and be addressed to the Contracting Officer. Contract Award will be subject to availability of funds. In order to reduce the possibility of error and to increase the quality of our service to you, Offerors must include the name of the Contracting Officer for the particular project on all deliveries, packages, etc. Submit eight (8) hard copies and one (1) electronic copy of the Step II Proposal Documents submittals. The electronic copy shall be emailed to EZO2@CDC.GOV. The hard copies shall be sent to: Centers for Disease Control and Prevention (CDC), Office of Acquisition Services, Attn: Philippa Butts, 2920 Brandywine Road, Atlanta, GA 30341, Room 3208, Mail Stop K-71. Point of Contact Philippa Butts, Contracting Officer, Phone (770) 488-2684, Fax (770) 488-2847, Email: EZO2@CDC.GOV, 2920 Brandywine Road, Atlanta, GA 30341, Room 3208, Mail Stop K-71. Place of Performance Site: UNITED STATES CDC Roybal Campus off of 1600 Clifton Road Atlanta, Georgia 30329
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/75D301-18-R-67966/listing.html)
 
Place of Performance
Address: CDC Roybal Campus off of 1600 Clifton Road, Atlanta, Georgia, 30329, United States
Zip Code: 30329
 
Record
SN05100293-W 20180923/180921230736-fc03a92ae9404edbbea2f6606bc44eaf (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.