Avatar

Please consider registering
guest

sp_LogInOut Log In sp_Registration Register sp_MemberList Members

Register | Lost password?
Advanced Search

— Forum Scope —





 

— Match —





— Forum Options —





Minimum search word length is 3 characters - maximum search word length is 84 characters

sp_Feed Topic RSS sp_TopicIcon
Renovation of Building One FDA
May 24, 2007
9:00 AM
Avatar
Member
Forum Posts: 5298
Member Since:
August 29, 2005
sp_UserOfflineSmall Offline

The General Services Administration (GSA) hereby notifies of the intent to issue a Request for Proposal (RFP) in a negotiated procurement for fit out of the historic Building One under the Consolidation of the Food and Drug Administration Office of the Commissioner (OC) in White Oak, Silver Spring, Maryland. This project is the fourth phase in a multiphase construction project that will construct a new office, laboratory, and research campus for the FDA at White Oak. The site, located one mile north on New Hampshire Avenue off the Capital Beltway, is the former US Navy facility at the Federal Research Center - Naval Ordinance Laboratory in White Oak, Silver Spring, MD. Five phases are planned in total, with phasing summary as follows: Phase 1 - Center for Drug Evaluation and Research (CDER) Laboratory Facility (111,250 gsf) [awarded September 2001; completed 2003]; Phase 2 - Center for Drug Evaluation and Research (CDER) Office Buildings 1(551,000 gsf) and 2 (330,000 gsf); Phase 3 - Center for Devices and Radiological Health (CDRH) Laboratory & Office (530,330 gsf); Phase 4 - Center for Biologics Evaluation and Research (CBER) Laboratory & Office (560,050 gsf); and Phase 5 - Office of Commissioner (OC) & Office of Regulatory Affairs (ORA) Offices (455,796 gsf). The contractor must provide all management, supervision, labor, materials, supplies, and equipment (except as otherwise provided) and must plan, schedule, coordinate and assure effective performance of all construction to meet GSA and client agency requirements. The contractor will perform the construction in accordance with the design specifications, drawings and terms and conditions of the contract. The estimated construction cost range is between $15-25 million. The Construction Performance Period shall not exceed 600 calendar days. Competitive formal source selection procedures will be used in accordance with FAR 15.3. The contract will be Firm Fixed Price. The "Best Value Continuum, Tradeoff Process" is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. The objective is to select the proposal that offers the most for the money, without necessarily basing selection on the lowest price. The Technical Evaluation Factors are: I. EXPERIENCE. (1) The offeror must demonstrate its past organizational experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) Historic renovation projects, within the past ten (10) years, which is comparable in nature, type, and complexity to the project in this solicitation, and meets all the following characteristics: (a) New construction was for an office building including site, structural, electrical, mechanical, plumbing, interiors and fire protection systems; (b) The project met one (1) of the following criteria: (i) The building size was not less than 50,000 gross square feet, or (ii) The construction cost at award of the construction contract was not less that $10 million for the complete building. (2) The offeror may demonstrate its experience as a General Construction (GC) Contractor responsible for the construction of five (5) additional projects within the past ten (10) years, which are comparable in nature, type, and complexity to the project in this solicitation. (3) The offeror shall submit Data and/or Information for each Project (three minimum to seven maximum) presented, in accordance with the RFP. II. PAST PERFORMANCE. This factor considers the extent of the offeror's past performance with reference to such aspects as costs, timeliness, and technical success as part of the consideration. Consideration includes: (1) The offeror has experience as a General Construction (GC) Contractor responsible for the construction of at least two (2) office projects, within the past ten (10) years; (2) the offeror shall submit the following information on the two (2) minimum, up to seven (7) maximum for each submitted project. Give project title, location and reference who may be contacted regarding the quality of your performance. Indicate name, title, company name, current company address, and phone number of each reference. III. KEY PERSONEL. This factor considers the qualifications of the key personnel proposed by the offeror to execute the contract requirements for the positions proposed. Offerors must submit resumes of the individuals proposed for the following positions: Contract Executive, Project Manager, General Superintendent, and Quality Control Supervisor. Considerations include: (1) Educational background; (2) Experience on similar projects in a position comparable to that for which they are being proposed; (3) Certification or professional registration held by the individuals proposed for key personnel positions. IV. MANAGEMENT PLAN & SCHEDULE. This factor considers the plan being proposed by the offeror to execute the work contained in the contract drawings and specifications. The Offeror must submit a proposed total contract duration in calendar days, which shall not exceed 600 calendar days (20 months) from the Notice to Proceed. The duration proposed by the offeror, if successful on this procurement, shall become the official time of performance for this contract. Considerations include: (1) Submission of a detailed logic diagram, arrow-on-arrow (minimum 200 activities), illustrating the proposed sequencing of work and clearly defining the critical path. Submittals, including shop drawings and samples and long lead time items should be indicated as separate activities; (2) Submission of a tabular schedule printout indicating, at a minimum, activity, activity duration and total float; (3) Submission of a narrative management plan describing how the offeror intends to execute the work in the field. Particular attention should be placed on the sequencing of work and on how the offeror intents to manage their subcontractors in order to ensure a smooth working relationship with the occupants of the building. The offeror should also discuss their procedures to ensure strict quality control relative to both workmanship and materials. V. SUBCONTRACTING PLAN. This solicitation is not set-aside for small business, however this procurement is being made under the Small Business Competitiveness Demonstration Program. The General Services Administration (GSA) is committed to assuring that maximum practicable opportunity is provided to small, small disadvantaged, and women-owned small business concerns to participate in the performance of this contract consistent with its efficient performance. GSA expects any subcontracting plan submitted pursuant to FAR 52.219-9, Small, Small Disadvantaged, and Women Owned Small Business Subcontracting Plan, to reflect this commitment. Consequently, an offeror, other than a small business concern, before being awarded a contract exceeding $500,000 ($1,000,000 for construction) will be required to demonstrate that its subcontracting plan represents a creative and innovative program for involving small, small disadvantaged, and women-owned small business concerns as subcontractors in the performance of this contract. If selected for award, the offeror?s subcontracting plan should be ready for approval without the need to obtain additional information. The GSA goals for subcontracting are as follows: small businesses at least 41% of total subcontracting planned; small disadvantaged businesses at least 12% of small business subcontracting planned and small women-owned businesses at least 5% of small business subcontracting planned. VI. APPRENTICESHIP PROGRAM: The Government will evaluate the means by which the Offeror shall promote the growth of skilled craft labor, specifically the contractor's use of a registered apprenticeship program. (As used herein, the term "registered apprenticeship program" is a program that is registered with the United States Department of Labor or State Apprenticeship Council under 29 CFR Part 29.) The General Services Administration will only make this RFP available electronically at http://www.eps.gov. GSA intends to upload the RFP at this site on or about June 15, 2007. This site provides instructions for downloading the RFP. There will be no bidders' list established for this solicitation. In accordance with the requirements of the RFP, technical and pricing proposals shall be submitted by July 20, 2007, by 1:00 PM, EST to the following address: GSA, NCR, ROB, Bid Activity (WPY) - Room 1065, 301 7th St., SW, Washington, DC 20407. North American Industry Classification System (NAICS) Code is 236220 and the Size Standard is $31.0 million. This solicitation is not set-aside for small business concerns. However, this procurement is being made under the Small Business Competitiveness Demonstration Program. Women-Owned Businesses are encouraged to submit a technical proposal and so state that they are Women-Owned. All responsible sources may submit a technical proposal package, which will be considered by the agency.

Forum Timezone: America/New_York

Most Users Ever Online: 429

Currently Online:
63 Guest(s)

Currently Browsing this Page:
1 Guest(s)

Top Posters:

James: 5298

demobud: 817

Robert Kulinski: 573

1Pyro: 548

autoparter: 534

Member Stats:

Guest Posters: 48

Members: 3040

Moderators: 0

Admins: 2

Forum Stats:

Groups: 4

Forums: 17

Topics: 19332

Posts: 27566

Administrators: JOHN: 7602, John: 6329

Skip to toolbar