Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2008 FBO #2382
SOURCES SOUGHT

C -- A&E Services

Notice Date
6/2/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
NIHOF2008048
 
Response Due
6/13/2008
 
Archive Date
6/28/2008
 
Point of Contact
James S Parr,, Phone: 406-363-9207
 
E-Mail Address
parrj@mail.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SECTION A.DESCRIPTION/SPECIFICATIONS/WORK STATEMENT 1.Master Contract a.Except as otherwise provided herein, the Contractor shall furnish the necessary personnel, materials, services, facilities, and otherwise do all things necessary for, or incidental to, the performance of the work required by each task order issued under this contract. b.This is an indefinite-quantity-indefinite-delivery (IDIQ) type contract for Architect-Engineer (A/E) and incidental services requirements of the Department of Health and Human Services (DHHS) for projects involving facilities at Rocky Mountain Laboratories, National Institutes of Health, National Institute for Allergies and Infectious Diseases, Hamilton, Montana. c.During the effective period of the contract and subject to the limitations in the clause entitled "ORDER LIMITATIONS", or other limitations stated elsewhere herein, designated ordering offices may place task orders with the Contractor for services within the general scope of work described herein d.This is a single award contract. e.Task Orders may be placed under this contact by the following office: DHHS, National Institutes of Health (NIH), Office of Research Facilities, Architect-Engineering and Construction Contracting Branch f.As the need for services of the types covered by this contract may arise, the Government will issue to the Contractor draft task orders with all necessary documentation of project requirements, under cover of a written request for proposal (RFP). g.The Contractor shall, by the due date specified in the RFP, unless extended, submit a proposal that includes a detailed cost or pricing breakdown, for projects involving more than one design phase. The disciplines and rates listed in Section B are considered to be essential to the work to be performed and shall be used in computing the price for each task order. The rates used shall be based upon the disciplines required and the tasks being performed, not on the persons performing the tasks, e.g., if a Principal performs a Draftsman's task, the rate used for that task shall be the Draftsman's rate. See SECTION J.3 for position descriptions of each discipline. Personnel changes may be made without Contracting Officer's approval for any discipline identified except for those disciplines where persons are indicated as "key". Changes in key personnel or in any consultants require advance written approval of the Contracting Officer. The Contractor shall document the experience and qualifications of the proposed replacement to the Contracting Officer for review and approval/rejection with explanation of the necessity for the change. No increase in salary rates will be allowed when personnel substitution is authorized. Additional key personnel for an individual task order may also be listed in that task order. h.When agreement has been reached with respect to services to be performed, fees, and time for completion, the parties shall execute a bilateral task order, reflecting all terms agreed upon. Form OF 347 will be used as a cover sheet. The Contracting Officer's signature will be on the OF 347. The Contractor's signature will be on the final page of the task order (excluding attachments). i.If the Government and the Contractor fail to agree during negotiations on any proposed task order, the Government may terminate negotiations and perform that project by whatever other means it deems appropriate. j.If, in the opinion of the Contracting Officer, the Contractor has unreasonably and repetitively failed to agree during negotiations of task orders, or has failed to submit proposals promptly, the Government may terminate this contract, subject to satisfactory completion of all previously executed task orders. k.No work shall be performed on an individual task order until the task order has been signed by both the Contractor and the Contracting Officer, or a notice to proceed is authorized by the Contracting Officer, and accepted by the Contractor, whichever occurs first. l.Federal Acquisition Regulation (FAR) 52.248-2, Value Engineering--Architect-Engineer is only applicable in individual task order(s) where a specific value engineering line item is outlined and for which a separately price line item is obtained. 2.Standard Services The Contractor shall perform the following standard services for all task orders: a.Furnish monthly progress reports of its work as specified in Article VIII; b.Prepay shipping charges on all charts, sketches, drawings, and documents it sends to the Government; c.Closely coordinate the Contractor's work with the related work of the Government staff personnel; d.Promptly report to the Contracting Officer’s Representative any ambiguities or discrepancies it finds in the project requirements, criteria, or documents, involving its work or the related work of the Government; 3.Codes, Standards, And Departmental Publications The following codes, standards and regulations are incorporated by reference. Use the latest edition in effect as of the date of the individual task order unless otherwise indicated. a.Guidelines for Design and Construction of Hospital and Medical Facilities (The AIA Press, Washington D.C. latest edition in effect on the date of the task order) b.American with Disabilities Act (ADA). (36 CFR 1191) c.IHS Health Facility Planning Manual d.National Fire Protection Association (NFPA), National Fire Standards: •NFPA 70 National Electrical Code •NFPA 99 Standard for Health Care Facilities •NFPA 101 Life Safety Code •Other Special Purpose Standards as applicable e.International Conference of Building Officials (ICBO) Uniform Building Code, including all related special purpose code publications. f.Uniform Mechanical Code g.National Standard Plumbing Code h.Underwriters Laboratories (UL) Fire Resistance Directory i.Underwriters Laboratories Building Materials Directory j.DHHS/Public Health Service (PHS) Facilities Manual k.Means cost estimating guides, to be used as the basic guidelines for all construction cost estimating l.National Earthquake Hazards Reduction Program (NEHRP) Provisions for the Development of Seismic Regulations for New Buildings. m.DOE Energy conservation Standards 10 CFR Part 435 n.NIH Generic Technical Criteria o.NIH Design Policy and Guidelines p.Biosafety in Microbiological and Biomedical Laboratories (CDC/NIH) q.Guide for the Care and Use of Laboratory Animals (NIH) Projects with asbestos related work shall be in compliance with and incorporate the project site's state and local asbestos codes and regulations and the following: r.Environmental Protection Agency (EPA) Standards s.Occupational Safety and Health Administration (OSHA) Regulations t.National Institute of Occupational Safety and Health (NIOSH) Guidelines u.Asbestos Hazard Emergency Response Act (AHERA) Regulations Individual task orders may also incorporate by reference additional specific industry codes and standards applicable to that project. The referenced publications and guidelines in effect on the date of the individual order shall apply to that order. Any items incorporated by reference shall be applicable to the extent that their provisions are not inconsistent with the articles of this contract or the individual order.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4a159e85c4f91f846b6ea3dedcd78182&tab=core&_cview=1)
 
Place of Performance
Address: National Institutes of Health, Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN01584603-W 20080604/080602215703-4a159e85c4f91f846b6ea3dedcd78182 (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.