Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2002 FBO #0103
MODIFICATION

Z -- Minor Construction, Alteration & Rehabilitation of Various NIH Facilities

Notice Date
3/13/2002
 
Notice Type
Modification
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
292-01-P(CL)-0316-Z
 
Response Due
4/23/2002
 
Archive Date
5/8/2002
 
Point of Contact
Barbara Taylor, Contracting Officer, Phone 301-435-4333, Fax 301-402-2166,
 
E-Mail Address
Taylorb@mail.nih.gov
 
Small Business Set-Aside
8a Competitive
 
Description
Solicitation Notice - FOR THIS PROCUREMENT, IT HAS BEEN DETERMINED THAT COMPETITION WILL BE LIMITED TO THOSE 8(a)FIRMS SERVICED BY THE WASHINGTON DISTRICT OFFICES, AND OR WITH A BONA FIDE PLACE OF BUSINESS LOCATED UN THE WASHINGTON DISTRICT OFFICE AREA. ALL OTHER FIRMS ARE DEEMDED INELIGIBLE TO SUBMIT OFFERS FOR THISLOCAL BUY REQUIREMENT. (Solicitation No. 292-01-P-(CL)0316 IDIQ - (8)a Multi-Award Task Order Contract for Minor Alteration, Repairs and Rehabilitation at the National Institutes of Health Facilities, Bethesda Maryland Campus and other Associated Locations. Description: For Minor Alterations, Repairs and Rehabilitation of Various NIH Facilities at the NIH Campus in Bethesda Md., Poolesville Md.,and other associated locations in the Washington Metropolitan and Baltimore area. The National Institutes of Health, DHHS plans to enter into a multi-award Indefinite Delivery Indefinite Quantity Contract (IDIQ) Fixed Price Multi-Award Task Order Contract for small to medium sized alteration, repair, and modernization projects on the NIH campus in Bethesda, Md., the Animal Center in Poolesville, Md., and other associated locations in the Washington Metropolitan and Baltimore area. The Contract type will be fixed price, IDIQ similar to the Army (JOC) the Air Force Simplified Acquisition Base Engineering Requirements (SABER) contract, and the NIH (TOC) contract. The acquisition includes a base year period of 12 months and option years for a contract total ceiling amount of $150 million. The contract contains four potential option years, if exercised, for a total duration of 60 months, including a base year. A minimum of $25,000 is guaranteed to the awardee at the time of award of the contract. The maximum individual order limitation is $100,000.00 and the minimum is $25,001.00 The Contractor shall provide all management, supervision, labor, materials, tools, and equipment for complete and total performance of the executed task orders against the contract. Task orders will be priced using the NIH local cost data (LCD) pricing book. The unit prices will be adjusted using the pricing factors to be submitted with the response to this RFP. The following conditions must be met for an offeror to be eligible for futher consideration: (1) The offer must be deemed responsible , in accordance with the standards in FAR 9.1 (2) The offeror?s proposal must fully comply with all laws, regulations and the conditions set forth in this solicitation. Proposals which are unrealistic in terms of management, technical quality, or coefficients, will be deemed indicative of a failure to comprehend the risks and complexity of the proposed contractual requirements herein, and will be rejected. Among those offers satisfying the stated conditions, the Government will select the proposal representing the ?best -value? and which will be most advantageous to the Government. Evaluation of each proposal will be integrated assessment of each Offeror?s ability to manage effectively and simultaneously a number of multi-discipline projects of various sizes and various geographic locations as listed in this announcement. In selecting the offer deemed most advantageous to the Government, refer to Section M of the Solicitation for detailed descriptions in each category. Award will be made considering Past Performance, Technical Management Factors and Cost. All evaluation factors other than cost and price, when combined are significantly more important the cost or price. Technical proposals will be ranked or rated by an adjectival method. Rating for Technical/Management factors will be Excellent, Acceptable, Marginal or Unacceptable. Cost and Pricing factors will be evaluated for cost realism, fairness, and reasonableness. Each task order will be priced using Local Cost and Price Data (LCD) booklet, provided as an attachment in Section J of the solicitation. This pricing, in sum known as the Estimated Direct Cost, shall be adjusted in accordance with the agreed modifiers and escalation factors as follows: Task Order Price = (Estimated Direct Cost + Escalation) X ( Pricing Coefficient), where the Pricing Coefficient is defined in Section B of the solicitation. The Offeror shall submit these factors which shall remain firm and fixed for the duration of the base contract and subsequent option years. The Offeror will assume that 90 percent of the work under this contract will be performed during standard work hours. The remaining 10 percent will be assumed to be performed on a non-standard basis. Cost data to be contained in the Offeror?s price proposal in accordance with Section B of the Solicitation, entitled ?Price Proposals?, are to be used to determine the Offeror?s overall understanding of program requirements and their ability to perform. Offeror are advised that the Government intends to evaluate an award without discussion with Offerers ( except communications conducted for the purpose or minor clarifications). Therefore, each initial offer should contain the Offerers best terms from a management and cost standpoint. However, the Government reserves the right to conduct discussions later if determined by the Contracting Officer to be necessary. Solicitation documents will be available at the following web site: http://ccb.od.nih.gov. A pre-proposal conference will be held approximately (2) weeks prior to proposal due date. The date, time and place for the Pre-proposal will be listed in section ?L of the solicitation. Interested Offerors are urged to attend but attendance is not mandatory. No Site Visit will be conducted at the pre-proposal conference. All responsible sources may submit and offer, which will be considered. Offerors shall state the solicitation number and title when obtaining information on this project. This solicitation is the second of a group of Indefinite Delivery/Indefinite Quantity Fixed Price Construction Contracts to be awarded at the NIH. The follow on contract will be a Full and Open Multi-Award Minimum Task Order Amount $750,001.00, Maximum Task Order Amount $10,000,000.00.
 
Place of Performance
Address: DHHS, National Institutes of Health, 9000 Rockville Pike, Building 13 Room G-800, Bethesda, Maryland 20892
Zip Code: 5711
Country: USA
 
Record
SN00042016-W 20020315/020313213137 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.