Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOURCES SOUGHT

Y -- Multiple Award Indefinite Delivery/ Indefinite Quantity (IDIQ) Task Order Contract for Construction, Alteration & Rehabilitation of Various NIH Facilities

Notice Date
4/21/2008
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
NIHOF2007022
 
Response Due
5/5/2008 4:00:00 PM
 
Point of Contact
Aaron B Crawford,, Phone: 301-496-3274
 
E-Mail Address
crawfoa@mail.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
***********MARKET SURVEY************* THIS REVISED MARKET SURVERY IS BEING CONDUCTED TO COMPLIMENT A PREVIOUSLY CONDUCTED MARKET SURVEY THAT WAS POSTED ON AUGUST 18, 2006. THE REFERENCE NUMBER FOR THE PREVIOUSLY POSTED MARKET SURVEY IS HHSN-292-2006-HG-0001. THIS REVISED MARKET SURVEY INCORPORATES UPDATED INFORMATION TO ASSIST THE OFFICE OF RESEARCH FACILITIES (ORF), NATIONAL INSTITUTES OF HEALTH (NIH) IN DETERMING IF QUALIFIED SMALL BUSINESSES ARE AVAILABLE TO PERFORM THE ANTICIPATED TASKS BASED ON THE UPDATED INFORMATION. THIS IS A MARKET SURVEY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. RESPONSES TO THIS MARKET SURVEY SHALL BE FOR INFORMATION PURPOSES ONLY, WHICH WILL BE USED TO ASSIST THE NIH TO DETERMINE IF QUALIFIED SMALL BUSINESSES ARE AVAILABLE TO WARRANT SETTING ASIDE THIS ACQUISITION FOR SMALL BUSINESS. The National Institutes of Health (NIH) is conducting a MARKET SURVEY to determine the availability of Small Businesses including, HUBZone, and Service-Disabled Veteran-Owned Small Business Concerns capable of performing Construction, Alteration and Rehabilitation of various NIH Facilities ranging from $500,000.00 to $3 million. The applicable North American Industry Classification System (NAICS) Code is 236220 (Commercial and Industrial Building Construction) and the small business size is $31 million.  If it is determined that enough qualified small businesses exist to perform the work under this requirement, this acquisition will be set-aside for competition among small business participants. It is anticipated that the ORF will award no more than four (4) multi-award indefinite delivery indefinite quantity (IDIQ) contracts with a cumulative ceiling not to exceed $150 million for the life of the contracts. The four selected contractors shall compete for individual tasks orders issued against the IDIQ contracts. BACKGROUND: The NIH main campus is located in Bethesda, Maryland. As part of the U.S. Public Health Service under the Department of Health and Human Services, NIH is the Federal Government’s primary biomedical research agency. Within NIH, the following are some of the locations/facilities where task orders under the awarded contracts may be performed: 1) NIH Main Campus, Bethesda, Maryland (306 acres, 60 buildings, over 5.5 million square feet of space 2) NIH Animal Center, Poolesville, Maryland (500 acres, 188,000 square feet of floor space) 3) Gerontology Research Center (GRC), Baltimore, Maryland (7.5 acres) The NIH previously used a single award IDIQ contract to perform some of the work described in this Market Survey. Based on historical information pertaining to the previous contract, the cumulative awarded task orders (base year + 4 option years) were $120 million. DESCRIPTION OF THE REQUIREMENT:  The NIH anticipates awarding four (4) fixed-price indefinite delivery (indefinite quantity type) contracts under a single solicitation utilizing a task order mechanism. Each contract will be awarded for a base year with four (4) successive one-year option periods with a cumulative maximum not-to-exceed dollar amount of $150 million (Base plus four (4) Option Years). The NIH seeks highly qualified credentialed contractors with capability to perform the contracts awarded from the solicitation, which will include various simultaneous task orders ranging from $500,000.00 to $3 million per task order. The selected contractors shall exhibit demonstrated experience, capability and resources enabling them to plan and construct projects of comparable size and complexity with comparable clients, and most significantly with demonstrated track record of performing such projects with a high degree of customer satisfaction. Contractors proposing to perform the contract as joint venture shall use the procedure described at the Small Business Administration (SBA) web site. The SBA URL is www.sba.gov, and the keyword search is Joint Venture and or Mentor Protégé. Potential contractors shall have current information in the Central Contractor Registration (CCR) database. The CCR URL is www.ccr.gov The selected contractors shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary or incidental to provide planning, construction, alteration and rehabilitation for NIH, and must exhibit demonstrated experience, capability and resources in projects of comparable size and complexity, with comparable clients, and most significantly, with a demonstrated track record of performing such projects with a high degree of customer satisfaction. The selected contractors shall be responsible for, and capable of, performing all associated demolition, removal of hazardous material, and construction of projects. The selected contractors shall be capable of controlling dust and flying debris, and protecting all adjacent areas as the work area will be occupied is most instances. All offerors submitting a proposal to the solicitation must be fully qualified and licensed and have qualified subcontractors (as applicable) for asbestos and hazardous waste abatement; be capable of supporting a field office as required by specific project at NIH Bethesda Campus. Failure to meet these qualifications may result in a determination of technical unacceptability. Utility shutdown once scheduled must be strictly adhered to as continuity of utilities is imperative. Projects may include, but are not limited to the following areas: 1) Renovation of clinical and patient care units and all related areas to include general and specialized hospital spaces, including surgical areas. 2) Renovation of general or highly specialized laboratory spaces and all associated support areas. 3) Renovation of general or highly specialized animal spaces and all associated support areas. These areas will be designed and constructed in strict accordance with the American Association for Accreditation of Laboratory Animal Care (AAALAC) Requirements. 4) Renovation of office, administrative, public and all associated support areas. 5) Replacement, repair and relocation of both interior and exterior utility systems. 6) Parking Garage repairs and alterations. SCOPE OF WORK - PLANNING SERVICES: When required by a task order, the contractor shall provide detailed surveying, site layout work, shop drawings, drawings and sketches, drawings detail expansion, engineering calculations, building commissioning plans, and other related work as required to properly prepare and accomplish all work as required. The degree of difficulty of the work will vary depending on the complexity of individual projects. As part of every task order, record drawings shall be provided upon the completion of the work and shall be a condition of final payment. SCOPE OF WORK - CONSTRUCTION SERVICES: Construction services shall be provided in response to individual task orders. The work as described herein extends beyond the conventional, single project construction concept in that it may involve the planning, scheduling, coordination, procuring, and installation of a fluctuating series of unrelated tasks. The work may vary from routine general construction to renovating, retrofitting, or installing highly complex mechanical, plumbing, electrical, or structural systems that are used in biomedical laboratory and animal spaces to protect the occupant and the environment. Tasks will involve a variety of disciplines and trades and special expertise including, but not limited to, architecture, mechanical, electrical, structural engineering, bilosecurity, commissioning, carpentry, road repair, roofing, excavation, medical gasses, HVAC, interior electrical, steam fitting, millwork, plumbing, sheet metal, painting and other finishes, demolition, concrete, masonry, welding, asbestos, and other hazardous material abatement.. The selected contractors shall be responsible for, but not limited to the following services: 1) Shop drawing and submittal review 2) Construction inspection and construction support 3) Testing services, including construction material testing, factory witness testing, and field investigation and testing 4) Commissioning 5) Project Management 6) Cost Analysis 7) Schedule Development 8) Coordination (permits, document reviews) with NIH, local, State and Federal offices. 9) Asbestos, lead-based paint, PCB’s and hazardous waste abatement projects relative to survey, inspection, testing, abatement, disposal and cost estimating 10) Evaluation of compliance with relevant codes and regulations including compliance with relevant environmental codes and regulations POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) List firm’s experience in work performed of similar type and scope to include projects in progress and completed projects within the past 5 years, completion dates, contract numbers, project titles, short project descriptions, dollar amounts, and owner points of contact with their current phone numbers.  Indicate if you were a prime contractor or subcontractor, and if a subcontractor, provide the name and point of contact for the prime contractor. 3) Include specialized experience and technical competence of firm; date and identify specific experience and qualification of personnel and record of working together as a team; identify past record of performance on contracts to include Government agencies. 4) Provide Statement of Capability.     Potential sources’ experience must demonstrate and document the following in the capability statements: a. Ability to work in occupied space b. Ability to work on multiple projects simultaneously c. Ability to perform the work described above d. Bonding Capacity Interested firms shall submit two (2) copies of their capability statement addressing each of the areas cited above.  Written capability statements shall be limited to 7 pages and must be received by 4:00 p.m. EST on Monday, May 5, 2008.  Failure to submit capability statements or to submit all information requested may result in these business categories being considered not interested in this requirement.     Inquiries shall be submitted via e-mail. No collect calls will be accepted. NO FACSIMILE TRANSMISSIONS WILL BE ACCEPTED.  Submitted Capability Statements to: National Institutes of Health, Office of Acquisition, ORF, ATTN: Aaron Crawford, Building 13, Room G-800, 9000 Rockville Pike, Bethesda, MD 20892             This notice is for information and planning purposes only and does not commit the Government to award a contract now or in the future. THIS IS NOT A REQUEST FOR PROPOSALS. The Government does not intend to award a contract based on responses under this Market Survey.     In addition, the Government will not contact firms that submitted capability statements or include them on a mailing list on any subsequent solicitation to this notice. All questions/inquiries must be submitted in WRITING through email to Aaron Crawford, at crawfoa@mail.nih.gov or mailed to the following address:  Office of Acquisition, ORF, ATTN: Aaron Crawford, Building 13, Room G-800, 9000 Rockville Pike, Bethesda, MD 20892                            Point of Contact Aaron Crawford, Contracting Officer, Phone 301-496-3274, Fax 301-402-1103, e-mail crawfoa@mail.nih.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1863f70c7d36897b6c137503a78cd5e5&tab=core&_cview=1)
 
Place of Performance
Address: National Institutes of Health, Office of Acquisition/Office of Research Facilities, Building 13, Room G-800, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01557685-W 20080423/080421214605-1863f70c7d36897b6c137503a78cd5e5 (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  © 1994-2020, Loren Data Corp.