|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1998 PSA#2171National Institutes of Health, Office of Procurement Management,
Acquistions Branch C, Bldg. 13, Room G800, Bethesda, MD 20892-5057 Y -- RENOVATE BUILDING 2, NATIONAL INSTITUTES OF HEALTH, BETHESDA, MD.
20892-5711 SOL 263-98-P(CH)-0124 POC Larry Hunter, Contracting Officer,
(301)435-4325, Fax (301) 402-1103 E-MAIL: Click here to contact the
contracting officer via, hunterl@ors.od.nih.gov.. The NIH seeks an 8(a)
firm under (SIC) 1542 who can demonstrate (a) successful completion of
at least one $2 million dollar project within the last 5 years, (b)
experience on "complete building" renovation projects to include all
new architectural, mechanical systems, and (c) bonding capacity of $5
million dollars for one project, to renovate Building 2 on the NIH
campus. The "Renovation of Building 2" project includes repair and
restoration of exterior windows, wood trim, brickwork and related stone
masonry, roof and the general building site. Interior selective
demolition of structural concrete slabs and miscellaneous steel framing
and concrete, for new renovated areas, along with complete new
mechanical, electrical, elevator systems, insulation and finishes for
one complete office building are included. The estimated cost of
construction ranges between $1,000,000 and $5,000,000 (inclusive of
options). Construction is estimated to begin upon contract award with
a performance period of 240 calendar days (inclusive of options). Plans
and specifications will be available on or about the third week of
September, 1998 at a non-refundable cost of $175.00, (ONLY Money
Orders, Certified Checks, or Cashier's checks made payable to NIH).
Personal or company checks will not be accepted unless they are
certified. Plans and Specifications will be available for inspection
without charge at Building 13, Room G800, NIH, Bethesda, Maryland and
upon issuance of the solicitation at various area plan holding rooms.
If a bid is not going to be submitted for this solicitation by the firm
purchasing the plans and specifications, please state whether said firm
would like to receive future pre-solicitation notices The Pre-Proposal
Conference and Bid Closing date are scheduled per the RFP documents.
When calling be prepared to state the solicitation/RFP number. The
project risks compel the Government to seek above-minimum performance
from the Contractor. In addition, it may be necessary for the
Government to open negotiations prior to award of the contract to
identify deficiencies and request clarifications, and to ascertain that
all Offerors fully understand the requirements of the RFP. Therefore,
pursuant to the authority in FAR6.401, the Source Selection Team has
determined that it is in the best interests of the Government to
solicit competition through the use of competitive proposals. The
specific approach, commonly referred to as "the tradeoff source
selection process", 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. The Government will
award the contract to the responsible offeror whose proposal contains
the combination of those criteria offering the best overall value to
the Government. This will be determined by comparing the differences in
the value of technical and managementfeatures with differences in cost
to the Government. The combined weight of the technical factors is
significantly more important than price. The Government is more
concerned with obtaining superior technical or management features than
with making an award at the lowest overall cost to the Government.
However, the Government will not make an award at a significantly
higher overall cost to the Government to achieve slightly superior
technical or management features. The Offers will consist of two
distinct parts: the price proposal which constitutes "promises" to
satisfy the contract requirements for a specified price; and the
technical proposal which attests to the Offerors' capabilities to
satisfy the "promises". The Government does not intend to alter
the"promises" through the source selection process, rather, it intends
to evaluate the respective Offeror's capabilities to satisfy those
promises. Consequently, the Government does not intend to incorporate
any part of the Offeror's technical proposals intothe contract.
Evaluation Factors: 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 oriented. 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 projects more than 50% completed within the past 5 years which
meet a minimum threshold value. The threshold value is defined as "any
"complete building" renovation project to include all new
architectural, mechanical, and electrical systems with a construction
value of at least $2,000,000 on which the Offeror served as the General
Contractor or "At Risk" Managing Venturer (with at least a 51% entity
role in the case of joint venture arrangements)". 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 (
weight = 30%): a."Complete Building" renovation construction work of a
scale similar to the work of this contract. b. Government Work, c.
Geographic proximity.d. Confined site interfacing with adjacent
construction.e.Common subcontractors and key personnel. II. Business
Relations (weight = 20%):a.How well did the offeror work with the Owner
and the Owner's technical advisors?b. How cooperative, responsive and
concerned was the Offeror with the interests of project related third
party entities(i.e., tenants and maintenance engineering staff? c. How
effective was the Offeror in resolving disputes at the lowest level
possible? d. How successful was the Offeror in maintaining a consistent
management team throughout the duration of the project?e.How well did
the Offeror comply with the Key Personnel clause, if any was in effect?
g. How pleased would the reference be to work with the Offeror again?
III. Quality Control (weight = 15%):a.How well did the Offeror comply
with contract requirements? b.How well did the Offeror comply with
standards of good workmanship? c.How well did the Offeror adapt to
changing requirements while maintaining the required level of quality?
d.How well did the Offeror manage its subcontractors? IV.Cost Control
(weight = 15%): a. How reasonable and complete were the Offeror's
notices of change and change order proposals? b.How timely were the
Offerors' notices of change and change order proposals? c.How
pro-active was the Offeror in suggesting cost-saving alternatives?
V.Timeliness of Performance (weight = 15%): a. How well did the Offeror
adhere to contract delivery schedules and/or milestones? b.How
responsive was the Offeror in addressing unforseen conditions and
changes? VI. Safety (weight = 5%) : a.How effective was the Offeror in
maintaining a safe workplace? b.How proactive was the Offeror in
demonstrating safety awareness and implementing an effective safety
policy? Price offers will consist of a lump-sum price to provide a
complete renovation of Building 2. Cost realism will be confirmed by
means of competition. The proposed contract is a 100 percent set-aside
for Small Disadvantaged Business Concerns (SDB). Offers from concerns
other SDBs will not be considered. Posted 08/28/98 (W-SN243383).
(0240) Loren Data Corp. http://www.ld.com (SYN# 0149 19980901\Y-0010.SOL)
Y - Construction of Structures and Facilities Index Page
|
|