Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOURCES SOUGHT

C -- Sr. Contracting Officer

Notice Date
6/22/2007
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43 MSC 5711, Bethesda, MD, 20892-5738, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
292-2007-P(CN)-0016
 
Response Due
7/17/2007
 
Archive Date
8/1/2007
 
Small Business Set-Aside
8a Competitive
 
Description
SOURCES SOUGHT NOTICE: The National Institutes of Health (NIH), Department of Health and Human Services (DHHS), seeks to determine the availability of Small Business 8(a) Architectural & Engineering (A/E) Firms with NACIS Code 541310 (Arhitectural-Engineering Services) to provide design and engineering services to assist the NIH in renovating offices, labs, animal facilities, and utilities of its seven individual campuses; as well as its leased facilities located throughout the United States of America. This Small Business 8(a) set aside solicitation will be competed as an 8(a) aside, with a not to exceed (NTE) amount of $25,000,000.00. The A-E Serivces include campus-wide services, including the program of requirements, environmental impact statements, various studies, pre-design, post-design of facilities maintenance or upgrades, for NIH's seven (7) owned installations located in Bethesda, Poolesville, Baltimore, and Frederick, Maryland; Research Triangle Park, North Carolina; Hamilton, Montana; and New Iberia, Louisiana, and (2) other services related to the development of (1) site plans and surveys, (2) site and facility renovations, (3) office and space requirement changes or upgrades, (4) mechanical and electrical, (5) civil and structural, (6) design inspections, (7) commissioning services, and (8) cost estimates. Typical A-E requirements include: ap future designs comparable to NIH campus natural light and man-made environment; alternative design concepts and standards for future development; Pre- and Post- Design and Quality Inspections; as well as past performance at NIH will be critical in the selection process; and specific disciplines may be awarded The A/E Services include (1) campus-wide services, including the program of requirements, environmental impact statements, various studies, pre-design, post-design of facilities maintenance or upgrades for NIH's seven (7) owned installations located in Bethesda, Poolesville, Baltimore, and Frederick, Maryland; Research Triangle Park, North Carolina; Hamilton, Montana; and New Iberia, Louisiana, and (2) other services related to the development of individual NIH facilities including, but not limited to, the preparation and development of (1) site plans and surveys, (2) site and facility renovations, (3) office and space requirement changes or upgrades, (4) mechanical and electrical, (5) civil and structural, (6) post design inspections, (7) commissioning services, and (8) cost estimates. Typical A/E requirements include: a program of requirements and design concepts; innovative visionary A/E services that meets the NIH guidelines for campus settings; CADD Services utilizing the existing designs, envisioning future designs comparable to NIH Campus natural light and man-made environment; alternative design concepts and standards for future development; Pre- and Post- Designs and Quality Inspection; as well as past performance an NIH will be critical in the selection process; and, specific disciplines may be awarded as individual contracts with a ceiling not to exceed $20 million (per individual) contract. The Master Contract will be awarded as a multiple award firm fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. As a result of competition, the selected 8(a) contractors must show that they have the capacity to meet the $25 million insurance certification. The elements of the selection criteria (i.e. weights, technical factors, etc.) will be publized in the FedBizzOpps at a future date. The award will be issued in compliance with the Multiple Award Contracting process, as well as the Environmental Policy Act, Green Procurement Act, and DHHS environmental procedures. All drawings shall be created in utilizing the latest version of Autodesk Architectural Desktop software, which are considered acceptable for building-specific drawings, but no version older than Architectural Desktop 2005. Drawings shall be in compliance with the latest Industry Classes (IFCs). CONTRACT INFORMATION: The NIH plans to award an Architect-Engineer Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for NIH Office of Research Facilities (ORF), Office of Acquisitions (OA), A/E Construction Contracts Branch (AECCB); per the Brooks Act Guidelines. The base contract period shall be for one year with options to extend for four additional one-year periods. Option year fee rates shall be negotiated prior to base contract award. All work and services shall be ordered by issuance of firm fixed price not-to-exceed task orders. The guaranteed minimum for the life of each contract, which includes the base period and all options exercised, is $10,000.00. The contract ceiling, cumulative for all contracts, is expected not to exceed $25 million. SUBMITTALS: Firms with the capabilities to perform the services described in this Sources Sought announcement, and which have completed at least three A/E requirements for academic, governmental, or private sector campuses completed in the last ten years, are invited to submit (1) Part II of Form SF-330; and (2) a letter of interest. The letter of interest shall contain at least the following: 1) Company Name, Address 2) Point of Contact, E-mail 3) Architect-Engineer Requirements Completed within the last ten (10) years (a) Description (b) Two references for each A/E Requirement 4) Additional Information: Submission of additional supporting material is admissible only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described in Item Number 3. Additional material should not exceed 10 double sided pages. Interested 8(a) firms responding to this Sources Sought notice shall state their 8(a) certification date with the Small Business Administration. Hub-Zone small business firms responding must provide proof of their Hub-Zone status. Qualified Interested firms shall submit their letter of interest to National Institutes of Health, ORF, Office of Acquisition, A/E Construction Contracts Branch, 9000 Rockville Pike, Building 13, Room G-800, MSC5711, Bethesda, Maryland 20982, Attn: Kay Vincent, by 3:00 p.m. on July 17, 2007. At this time, no solicitation exists, therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. HOWEVER, BE ADVISED THAT SOLICITATION ISSUANCE IS ANTICIPATED ON OR ABOUT JULY 30, 2007. Such Solicitation shall detail evaluation criteria for SF-330 submittal evaluations and subsequent interviews of short-listed firms.
 
Place of Performance
Address: 9000 Rockville Pike, Building 13, Room G-800, MSC 5711, Bethesda, Maryland
Zip Code: 20982
Country: UNITED STATES
 
Record
SN01325681-W 20070624/070622220509 (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.