Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
MODIFICATION

Y -- Multi-Tier, Fixed-Price, Multiple Award Contract (MAC), Indefinite Delivery Indefinite Quantity Contract for construction, Design/Build, alterations and repair services

Notice Date
9/30/2011
 
Notice Type
Modification/Amendment
 
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
NIHOF2011367
 
Point of Contact
Jessica Hadley, Phone: 301.594.3566, Kenneth M Roman, Phone: 301-435-4332
 
E-Mail Address
hadleyjn@mail.nih.gov, romank@mail.nih.gov
(hadleyjn@mail.nih.gov, romank@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Health and Human Services, National Institutes of Health, Bethesda, Maryland 20892, intends to post a solicitation within 15 calendar days (Around October 14, 2011) for a Multi-Tier, Fixed-Price, Multiple Award Contract (MAC), Indefinite Delivery Indefinite Quantity Contract for construction, Design/Build, alterations and repair services consisting of one (1) base year and four (4) one-year option periods with a maximum aggregate dollar amount of $800 million over the life of the contract. The Small Business Size is $33.5 million and the NAICS Code is 263220 - Commercial and Institution Building. No phone inquiries will be accepted. The Multiple Tiers consist as follows: Market Tier 1 - Full and Open - $10,000,000 to $25,000,000 Market Tier 2 - Small Business Set-Aside - $3,500,000 to $10,000,000 Market Tier 3 - 8(a) Set-Aside - $10,000 to $3,500,000 It is the Government's intention to award no more than four (4) multi-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts for each of the three Market Tiers (8(a), Small Business and Full and Open), with a cumulative ceiling for all awards within three Market Tiers not to exceed $800 million for the life of the 12 awarded contracts. The ceiling for each individual contract awarded shall be $800 Million; this will allow all contractors to be available until the cumulative ceiling is reached. This is a Two-Phase selection process. Initially, all Offerors are to submit proposals in response to Phase I qualification criteria only. The Government will evaluate the Offeror's Phase I qualifications and develop a "shortlist" of technically qualified firms per market tier. The "short-listed", i.e. firms deemed as most technically qualified, will then be contacted and requested to provide a second submission responding to the Phase II evaluation factors. Only those firms deemed as most technically qualified shall submit proposals for Phase II technical evaluation; firms not deemed most technically qualified shall not submit Phase II proposals. Task Orders shall include, but are not limited to, Design/Build, alteration, renovation, repair, new construction and/or Activation/Occupancy of the following types of spaces: a. Clinical and patient care units and all related areas to include general and specialized hospital spaces, including surgical areas. b. General or highly specialized biomedical research laboratory spaces and all associated support areas to include Bio-safety level BSL-2, BSL-3, and BSL-4 laboratory. c. General or highly specialized animal spaces and all associated support areas. d. Office, administrative, public and all associated support areas. e. Interior and exterior utility systems including chiller and steam plants, electrical vaults, etc. f. Parking Garage g. General Purpose areas such as paving, roofing, building exteriors, hardscaping, and utility efficiency upgrades to mechanical, electrical and architectural systems. The anticipated Phase I proposal due dates per market tier are as follows: a. Market Tier 1 - Full and Open - Proposal Due Date of 11/14/2011 b. Market Tier 2 - Small Business Set-Aside - Proposal Due Date of 12/14/2011 c. Market Tier 3 - 8(a) Concern - Proposal Due Date of 01/13/2012 No phone inquiries will be accepted. Your questions should be submitted to the Contracting Officer, Jessica Hadley via email (hadleyjn@mail.nih.gov). The e-mail subject line should read Solicitation Number NIHOF2011367 - Solicitation Questions with an indication of Market Tier 1, 2 or 3. The cutoff date for all questions shall be submitted no later than: a) Market Tier 1 - Full and Open - Thursday October 27, 2011. b) Market Tier 2 - Small Business Set-Aside - Friday November 4, 2011 (only Small Business and 8(a) Concerns may submit questions for this market tier). c) Market Tier 3 - 8(a) Set-Aside - Friday November 18, 2011 (only 8(a) Concerns may submit questions for this market tier). A complete set of all questions and answers for each market tier will be furnished to all prospective offerors whether or not they attend the Pre-proposal Conference (dates TBD).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2011367/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02600130-W 20111002/111001000518-18bad3d6a1a6eb0fae7666cadd3062d2 (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.