Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1997 PSA#1975

National Institutes of Health, Office of Procurement Management, Acquistions Branch C, Bldg. 13, Room G800, Bethesda, MD 20892-5057

Y -- CONSOLIDATED LABORATORY BUILDING -- BUILDING 50 SOL 263-98-P-(CL)-0102 POC Barbara Taylor 301-435-4333 NATIONAL INSTITUTES OF HEALTH CONSOLIDATED LABORATORY FACILITY (BUILDING 50) -- BID PACKAGE NO. 2; BETHESDA, MD: Provide all labor, material, equipment, etc. necessary to complete construction of the National Institutes of Health Consolidated Laboratory Facility (Building 50). The project is a 23,040 sm. five story (plus basement and penthouse levels) research laboratory facility located on a 1.4 ha site. This is the second in a series of bid packages. Bid Package No. 1 included: construction of site enclosure fence; removal of site features including paving, landscaping and utilities; construction of new sanitary and storm drains and electrical duct banks; installation of sheeting and shoring; mass excavation; and construction of caissons. Work of this bid package includes but is not limited to: construction of the superstructure; building exterior enclosure; mechanical, electrical and plumbing systems; interior partitions and finishes; fixtures, accessories and equipment; backfill, site development and landscaping. Estimated cost of construction is over $10,000,000. Estimated completion time is eight hundred and twenty one (821) calendar days from the Official Notice to Proceed. Liquidated Damages in the amount of $3,721 per day will apply. The solicitation will be open to small and large businesses under SIC code 1542. The project risks compel the Government to confirm the Contractor's understanding of the Project requirements prior to award and to seek above-minimum performance from the Contractor. Therefore, the Government has determined to solicit full and open competition through the use of competitive negotiation procedures, specifically formal source selection. This approach, commonly referred to as "Best Value" procurement, will permit the Government to confirm the Offerors' understanding of the project requirements and challenges, evaluate the Offerors' capability to meet those challenges, and award to the Offeror whose offer presents the greatest overall value to the Government, cost and other factors considered. Proposals shall be submitted in three separate parts. Part One -- Price Proposal, Part Two -- Past Performance Data Proposal, and Part Three -- Oral Management Plan Proposal. Parts One and Two shall be submitted in separate envelopes at the time and place specified in Solicitation, Offer, and Award (SF1442) paragraph 13. Part Three oral presentations will be scheduled by the Government upon receipt of Parts One and Two and confirmation of minimum requirements. The Government intends to schedule Part Three oral presentations between the hours 8:00 AM and 4:00 PM on the sixth through tenth Government working days immediately following the date of receipt of Parts One and Two. The Government plans to award without discussions in the interest of expediency and fairness. Consequently, Offerors are strongly encouraged to submit their best technical and price proposals as their initial submissions. The Government will award the contract to the responsible Offeror whose proposal represents the greatest overall value. Award will be based on a combination of technical and price factors. The combined weight of the technical factors is more important than price. As the technical proposals become more equal, price becomes more important. The goal of the technical evaluation is to select a Contractor that will provide above minimum performance. The Government's method is to assess the Offerors' "capabilities" by evaluating the Offerors' technical proposals. The technical evaluation factors are past performance and management plan. These factors are approximately equal in importance. Descriptions of the factors and their subfactors follow: A) Past Performance: Each offer will be rated based on the Government's evaluation of the Offeror's past performance on recent projects for similar services. Offerors will be required to identify all current projects more than 50% complete and all projects completed within the past five years which meet the following minimum standard: "any health care or scientific research facility construction project with a construction value of at least $10,000,000 on which the Offeror served as the general construction General Contractor or "At Risk" Construction Manager". For the purposes of this evaluation, General Contractor shall be defined as the party contracted directly to the Owner to provide the work in its entirety on a lump-sum basis. "At Risk" Construction Manager shall be defined as the party contracted directly to the Owner to manage the work in its entirety for a guaranteed maximum price, either holding subcontracts or managing contracts as an agent of the Owner. In the event of joint venture arrangements, the Offeror shall have been at least a 51% member of the agreement. The Government evaluation will be based on the Offerors' written submissions describing the projects, interviews of references provided by the Offerors, and past performance evaluations available through the NIH-ABC and GSA databases. The past performance evaluation subfactors, in descending order of importance, are: i) Similarity of Projects ii) Quality Control iii) Timeliness of Performance iv) Cost Control v) Business Relations vi) Safety; B) Management Plan: Each offer will be rated based on the Government's evaluation of the Offeror's project specific management plan. The Government evaluation will be based on the Offerors' oral presentations (including "leave-behind" printed material). Management plan subfactors, in descending order of importance, are: i) Experience ii) Subcontracting Plan iii) Staffing Plan iv) Quality Control Plan v) Work Plan/ CPM Schedule vi) Corporate Resources. Joint venture proposals shall clearly identify the role and level of participation of each firm in the proposed work as well as differentiate each firm's past performance, experience, and corporate resources data. The Government's evaluation will weigh each firm's qualifications relative to their level of participation in the proposed work. The only minimum requirement applied to the technical evaluation will be the requirement to have completed (or achieved at least 50% completion of) at least one health care or scientific research facility construction project with a construction value of at least $30,000,000 in the last five years as the general construction General Contractor or "At Risk" Construction Manager. In the event of joint venture arrangements, the Offeror shall have been at least a 51% member of the agreement. Offers that fail to meet the minimum standard will be considered non-responsive. Price offers will consist of a lump-sum price, inclusive of options and unit prices for additive and deductive changes times an estimated quantity for each unit price. The Government will evaluate price offers for award purposes by comparing the totals of base offer plus options and extended unit prices. The solicitation and the drawings and specifications are available from: Leet-Melbrook, Inc. 18810 Woodfield Road Gaithersburg, MD 20879 Contact Person: Linda Stout Phone: (301) 670-0090 Fax: (301) 670-4733. Single copies of the solicitation will be provided for pick-up at no charge. Drawings and specifications will be provided for approximately $350 plus shipping. The solicitation will be available on or about December 10, 1997. Proposal Parts one and Two will be due thirty days after solicitations are made available. Prospective Offerors are encouraged to place orders in advance. Requests shall be presented in writing accompanied with a money order, certified check, or cashiers check made payable to Leet-Melbrook, Inc. This payment is non-refundable. All other inquiries regarding this procurement shall be directed to: Barbara Taylor, Contracting Officer, 9000 Rockville Pike MSC 5901, Bethesda, Maryland, 20892, Phone (301) 435-4333 FAX (301) 496-0326. (0321)

Loren Data Corp. http://www.ld.com (SYN# 0118 19971119\Y-0010.SOL)


Y - Construction of Structures and Facilities Index Page