Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
MODIFICATION

C -- “RECOVERY” Engineering Services: Construction Quality Management services for the Phase II Addition to the existing John Edward Porter Neuroscience Research Center

Notice Date
6/1/2009
 
Notice Type
Modification/Amendment
 
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
HHS-NIH-ORF-SBSS-09-003
 
Point of Contact
Beverly C. Johnson, , Aaron B Crawford,
 
E-Mail Address
johnsonbc@mail.nih.gov, crawfoa@mail.nih.gov
(johnsonbc@mail.nih.gov, crawfoa@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This PNRC Phase II addition is being funded by the American Recovery and Reinvestment Act (ARRA) and will stress Energy Efficient Buildings and Sustainable Design and Construction that Optimize Energy Performance, Employ integrated design principles and controls, Protect and conserve water, Enhance indoor environmental quality and Reduce environmental impact of materials. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code 541330, Engineering Services for the proposed acquisition. The Small Business Size is $4.5 million. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Project Description and Scope As a part of the U.S. Public Health Service under the Department of Health and Human Services, the National Institutes of Health (NIH) is the Federal government's primary biomedical research agency. Its mission is science in pursuit of fundamental knowledge to extend healthy life and reduce the burdens of illness and disability. The building project is the Phase II addition to the existing John Edward Porter Neuroscience Research Center (PNRC) on the NIH campus in Bethesda, Maryland. The site is located on the west side of the campus between Old Georgetown Road, South Drive, Lincoln Drive, and Convent Drive. Currently, Porter Phase I (Building 35) is operational, and will continue to be throughout the construction process. The programmed gross square footage for Phase II is 293,839 sq. ft. Phase II will expand the Vivarium facility currently operating in Phase I, as well as provide Behavioral, Tissue Culture and Electrophysiology Laboratories, and Lab Support spaces with associated Break Rooms, Meeting Rooms, Offices, and lockers. Phase II will also contain an Imaging Suite. Non-Laboratory areas will contain seminar rooms, conference rooms, and a café. The Phase II 100% Contract documents have been completed by Perkins and Will Architects; but some reprogramming and redesign of the spaces will be required because of changes in some user assignments. NIH intends to issue a separate RFP for a Construction Manager as Constructor (CMc) to provide services to construct the Phase II addition to the John Edward Porter Neuroscience Research Center. The successful CQM will assist the NIH Project Officer in the supervision of the performance of the A/E and the CMc. The contract vehicle for this CQM service will be a Firm Fixed Price contract. This procurement will cover duration of a total of five (5) years, with a one year option and the total contract award value inclusive of all options years will not exceed $8M. All applicable services shall be performed as directed by authorized Government personnel. The Contractor will be responsible for providing Construction Quality Management services described below in the Scope of Services. Scope of Services The NIH seeks highly qualified credentialed contractors with the capability to perform this contract. The selected contractor must exhibit demonstrated experience, capability and resources enabling them to provide CQM services on projects of comparable size and complexity, with comparable medical research clients, and most significantly, with a demonstrated track record of performing such projects with a high degree of customer satisfaction. The CQM shall perform Pre-Design Phase Services including Planning, Scheduling and Program Verification, Design Phase Services, including Design Documents reviews and estimating, Bidding Phase Services, Construction Phase Services, Commissioning Services (optional), Post Construction Claims Services (optional) and Occupancy / Activation Phase Services (optional).Specific services include, but are not limited to: • Pre Design Phase Services including Program Verification, planning and programmatic scheduling • Design Phase Services including estimating, design and, constructability, value engineering and coordination reviews • Oversight of Design and Construction of sustainable and energy efficient buildings: including LEED certification • Oversight of Design and Construction of buildings utilizing Building Information Modeling (BIM) • Monitoring and controlling performance schedules of design teams and construction contractors; including specific use of Primavera scheduling software and Earned Value Management • Project cost control and reporting through design and construction • Construction field inspection, problem solving and safety monitoring service • Contracting and supervising required special technical consultants • Providing a Project Management Information System and providing progress and status reports • Providing, monitoring and controlling commissioning of complex research laboratory facilities • Providing activation / occupancy services; including planning, scoping, scheduling, and specifying, procurement, receiving, installation and fit out of new scientific equipment and furniture as well as relocation of existing equipment and the actual moves of the scientists • Providing oversight for the compliance with the American Recovery and Reinvestment Act (ARRA) of 2009 to ensure ARRA's requirements for Energy Efficient Buildings and Sustainable Design and Construction that Optimize Energy Performance, Employ integrated design principles and controls, Protect and conserve water, Enhance indoor environmental quality and Reduce environmental impact of material are planned for and implemented. SUBMISSION OF STATEMENTS OF QUALIFICATIONS: CQM firms with an interest in being considered for this Construction Quality Management services contract must submit the required statements of qualifications. Statement of Qualifications shall not exceed 50 single sided pages of 8/12x11 - size paper with Arial Font, 12 pitch and shall highlight the following: (1) Company information to include name, address, telephone number, small business category (i.e. 8(a), HUBZone; SDVOSB), relevant NAICS Code, Duns Number; (2) Describe the organization structure to include Key Personnel information and their relevance to the task described; (3) Highlight relevant and demonstrated successful experience in providing specific CQM services for a minimum of two similar complex research facilities in the last ten years with a hard construction cost of at least $50 million each adjusted for inflation that best illustrate your firm's capabilities in the following areas: (a) Providing Pre Design Phase Services including Program Verification, planning and programmatic scheduling; (b) Design Phase Services including estimating, design and, constructability, value engineering and coordination reviews; (c) Oversight of Design and Construction of sustainable and energy efficient buildings: including LEED certification; (d) Oversight of Design and Construction of buildings utilizing Building Information Modeling (BIM); (e) Monitoring and controlling performance schedules of design teams and construction contractors; including specific use of Primavera scheduling software and Earned Value Management; (f) Project cost control and reporting through design and construction; (g) Construction field inspection, problem solving and safety monitoring service; (h) Contracting and supervising required special technical consultants; (i) Providing a Project Management Information System and providing progress and status reports; (j) Knowledge and experience in providing, monitoring and controlling commissioning of complex research laboratory facilities; (k) Providing activation / occupancy services; including planning, scoping, scheduling, and specifying, procurement, receiving, installation and fit out of new scientific equipment and furniture as well as relocation of existing equipment and the actual moves of the scientists; and (l) Knowledge and understanding of the ARRA requirements and goals and or the need to implement requirements similar to ARRA. For each project please provide a description of the scope and nature of the project, the customer name and point of contact, indicate if you were the prime or subcontractor, include the beginning and ending contract price, beginning and ending date of the project. It is preferable that each project be for a different owner. 4) Summary of current contract activities/commitments; (5) Confirm that your firm will be readily accessible for this work and a local office will be maintained; (6) Describe your firm's ability to manage simultaneous work efforts; and, (7) Describe your access to capital resources/funding to undertake work of similar scope to that which is contemplated. Additionally, brochures or other pre-printed material may be submitted with a desired not to exceed 50 pages. Firms shall submit an original (Clearly Marked) and five (5) copies. E-mail or faxed submissions will NOT be accepted. DUE DATE Firms shall submit qualifications NO LATER THAN Friday, June 12, 2009 at 2:00 p.m. Eastern Standard Time to the Contracting Office Address. No phone calls will be accepted. Mail your submittals to: National Institutes of Health (NIH) Office of Acquisition, ATTN: Beverly Johnson, Senior Contracts Specialist (C), 9000 Rockville Pike, Building 13, Room 1319, Bethesda, Maryland 20892. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)." Send response to the address below: Contracting Office Address: National Institutes of Health Office of Acquisition/ORF Attn: Beverly Johnson Building 13, Room 1319 MSC 5711 9000 Rockville Pike Bethesda, Maryland 20892-5738
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-09-003/listing.html)
 
Place of Performance
Address: NIH Bethesda, Maryland, United States
 
Record
SN01832049-W 20090603/090601234515-cd3ba6d0025b732f780a4b4615142e3b (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.