SOLICITATION NOTICE
Y -- PRE-SOLICITATION NOTICE FOR MULTIPLE-AWARD – INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR CONSTRUCTION, ALTERATION & REHABILITATION OF VARIOUS NIH FACILITIES
- Notice Date
- 6/12/2008
- Notice Type
- Presolicitation
- 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
- NIHOF2008054
- Archive Date
- 8/12/2008
- 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
- ***********This Pre-Solicitation Notice pertains to Sources Sought Notice Reference Number HHSN-292-2006-HG-0001 that was posted August 8, 2006 and revised Sources Sought Notice -Solicitation #NIHOF2007022 that was posted April 24, 2007.********************** On or about June 27, 2008, the Office of Acquisition (OA), Office of Research Facilities (ORF), National Institutes of Health (NIH), will post a solicitation notice for construction, alteration & Rehabilitation of Various National Institutes of Health (NIH) Facilities. The solicitation will close approximately 30 days after posting. The solicitation will be set-aside for competition among Small Businesses, and the North American Industry Classification System (NAICS) Code will be 236220 – Commercial and Institutional Building Construction. The Small Business Size is $31 million. It is anticipated that the OA, ORF will award multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contracts from the solicitation and that the cumulative contract price shall not exceed $150 million for the base and four possible option periods if exercised. The selected contractors shall compete for each task issued against the resulting contracts. The Statement of Work that will accompany the Solicitation is as follows: GENERAL DESCRIPTION a. The National Institutes of Health (NIH) seeks highly qualified credentialed contractors with the capability to perform this contract, which will include various, simultaneous task orders ranging from $500,000 up to $3,000,000 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 a demonstrated track record of performing such projects with a high degree of customer satisfaction. b. The contractor shall be responsible for, and capable of, performing all associated demolition, removal of hazardous material, and construction of projects. The contractor shall make every effort to control dust and flying debris, and protect all adjacent areas, as they will be occupied in many instances. Utility shutdowns once scheduled shall be strictly adhered to, as continuity of utilities is imperative. Projects may include, but not be limited to, the following: 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 biomedical research 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 for Laboratory Animal Care (AAALAC) requirements. 4)Renovation or retrofit of Bio-safety level (BSL)-3 and BSL-4 laboratory and animal spaces and all associated support spaces. These areas will be designed and constructed in strict accordance with the 5th ed. of the Biosafety in Microbiological and Biomedical Laboratories (BMBL), and the latest edition of the NIH Design Requirements Manual sections with emphasis on the sections that relate specifically to bio-containment design requirements. 5)Renovation of office, administrative, public and all associated support areas. 6)Replacement, repair and relocation of both interior and exterior utility systems. 7)Parking garage repairs and alterations. c. The Contractor shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary or incidental to provide planning, construction, repair and alterations for NIH. d.The spaces adjacent to areas being renovated or expanded will remain occupied by NIH researchers, employees and visitors during the performance of work enabling NIH researchers’ work to go forward. Construction cannot and will not be allowed to materially interfere with ongoing research activities. BACKGROUND a.The NIH main campus is located in Bethesda, Maryland. As a 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. b.The Construction Management Branch (CMB), Office of Research Facilities (ORF) is committed to applying sound engineering and architecture to provide quality facilities supporting the NIH mission. CMB, ORF adheres to a quality system of management and continuous improvement to ensure that the quality of goods and services consistently exceeds our customers’ expectations. ORF maintains policies and standard operating procedures that are communicated to all CMB, ORF employees. NIH LOCATIONS Task orders under this contract may be performed at any of the following NIH facilities: a.NIH Main Campus, Bethesda, Maryland (306 acres, 60 buildings, over 5.5 million square feet of space) b.NIH Animal Center, Poolesville, Maryland (500 acres, 188,000 square feet of floor space) c.Gerontology Research Center (GRC), Baltimore, Maryland (7.5 acres) d.Various locations in Rockville, Maryland e.Various locations in Gaithersburg, Maryland DEFINITIONS a.Contracting Officer. “Contracting officer” means a person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the contracting officer acting within the limits of their authority as delegated by the contracting officer. “Administrative contracting officer (ACO)” refers to a contracting officer who is administering contracts. “Termination contracting officer (TCO)” refers to a contracting officer who is settling terminated contracts. A single contracting officer may be responsible for duties in any or all of these areas. Reference in this regulation (48 CFR Chapter 1) to administrative contracting officer or termination contracting officer does not— (1) Require that a duty be performed at a particular office or activity; or (2) Restrict in any way a contracting officer in the performance of any duty properly assigned. b.Contractor. The term Contractor as used herein refers to both the prime Contractors and any of their subcontractors. The Contractor shall ensure that subcontractors comply with the provisions of this contract. c.Contractor Representative. A supervisor, superintendent, or manager assigned in accordance with the clause entitled SUPERINTENDENCE BY THE CONTRACTOR. d.Project Officer. Person(s) designated by the Contracting Officer to be the authorized Contracting Officer Technical Representative (COTR). e.Quality Assurance (QA). A method used by the NIH to provide some measures of control over the quality of purchased goods and/or services received. f.Quality Control (QC). A method used by the Contractor to control quality of goods and/or services produced. g.Scope of Work. Refers to a specific job which will be ordered by an individual task order. h.Task Order. “Task order” means an order for services placed against an established contract or with Government sources. SCOPE OF WORK – PLANNING SERVICES a.The Contractor shall provide Architectural and Engineering (A-E) planning services, when required. The Contractor is required to 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 NIH will negotiate the planning fees on a project-by-project basis. The degree of work will vary depending on the complexity of individual projects. Project record drawings are not considered A-E planning services. Record drawings shall be provided upon the completion of every task order. They will be a condition of final payment. 1)Planning Submissions. Submissions and reviews will take place at the schematic, 35%, 65%, 95% (pre-final) stages as identified and required by the Project Officer. The NIH will have a period of two weeks to review and provide comments on each planning submission. The Contractor shall: a.Provide input to the A-E on constructability; review the A/E’s schedules and budgets and submit comments to NIH on their feasibility. b.Verify that the completed submission complies with the latest edition of the NIH Design Policy and Guidelines and applicable codes and standards in effect at the time of Notice to Proceed with the task order, and with the scope of work identified for the project. Notify NIH of any conflicts in the planning that cannot be resolved with the A-E. c.Review submissions, collect comments from all parties, and, transmit all comments to the A-E and Project Officer with a consolidation of all comments. d.Prior to start of the construction documents, advise the A/E on the availability of labor and materials within the local area. e.Provide timely advice to the A-E on cost-reducing alternatives which can be employed without impairing the overall quality level of the project. f.Provide timely advice to the A-E of any defects, conflicts, ambiguities, discrepancies, or lack of clarity in contract documents, including the use of proprietary material. 2) Units of Measure. The Contractor shall prepare contract documents under Task Orders using: (Imperial) units of measurement: The Contractor shall use the English (Imperial) units of measurement system on existing NIH buildings or improvements that were designed and constructed under the English units of measurement system. The English units of measurement system shall be used on all NIH leased facilities. Metric (International System) units of measurement: The Contractor shall use the metric (international system) units of measurement on all new NIH buildings and improvements or existing NIH buildings or improvements that were designed and constructed under the metric system. Dual Systems (dual dimensions): The Contractor shall not prepare contract documents using dual dimensions. Soft Metric (English equivalent to metric): The Contractor shall not prepare contract documents using soft metrics on new NIH buildings. 3) Applicable Criteria. All documents prepared under this contract shall comply with the latest edition of the NIH Design Policy and Guidelines (or the NIH Design Requirements Manual if available at the time of award) available on the Web at http://orf.od.nih.gov/PoliciesAndGuidelines/DesignPolicy These guidelines establish the minimum level of quality and NIH-specific requirements for all design and construction projects at NIH. The minimum requirements in this document, as modified by project-specific variances, shall be thoroughly coordinated and reflected in the drawings and specifications. The Contractor shall also comply with the latest edition of all applicable national building codes and regulations. 4)Computer-Aided Drafting and Design. Drawings shall be designed using AUTOCAD Release 14 or greater. The drawing submission shall include hard copy (six (6) full size, two (2) half size sets) and computer files on CD (two (2) ea.) or other specified electronic media. 5)Plans and Specifications. The A-E shall develop project-specific plans and specifications. Reference should be made to the maximum extent possible to the NIH Specifications (attachment J-1), the Standard Details & References (attachment J-2) and the Update of Construction Details for New TOC Contract (attachment J-3). For those items not covered in the NIH Specifications (see attachment J-1), the A-E will develop the new specification using the latest version of the AIA (American Institutes of Architecture) Masterspecs® as the baseline to develop a project-specific specification. When project-specific specifications are developed, provide a hard copy and electronic file in Word with the project submission. Specification submissions shall include hard copy (six (6) ea. sets) and an electronic copy on compact disk (two(2) ea.) or other specified electronic media. SCOPE OF WORK – CONSTRUCTION SERVICES Specifications will be provided to the Contractor and shall be utilized under this contract, unless otherwise directed by the Contracting Officer. a.Construction services. Construction services shall be provided in response to individual task orders. The work 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. Construction services shall be provided at predetermined unit prices and price coefficients. b.Work and Services. 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 occupants and the environment. Tasks will involve a variety of disciplines, trades and special expertise including, but not limited to, architecture, mechanical, electrical, structural engineering, biosecurity, commissioning, carpentry, road repair, roofing, excavation, medical gases, HVAC, interior electrical, steam fitting, millwork, plumbing, sheet metal, painting and other finishes, demolition, concrete, masonry, welding, asbestos, and other hazardous material abatement. The Contractor 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 all relevant codes and regulations including compliance with relevant environmental codes and regulations. c.Scope of Work. The construction scope of work shall be defined by a written scope of work or plans and specifications. The scope of work or plans and specifications may reference the NIH Specifications (attachment J-1), the Standard Details & References (attachment J-2) and the Update of Construction Details for New TOC Contract (attachment J-3). When referenced, these attachments form part of the task order contract. d.Record Documents. During the progress of the job, the Contractor shall keep a careful record at the job site of all changes and corrections from the layouts shown on the drawings. The Contractor shall enter such changes and corrections on contract record drawings and shall indicate, in addition to all changes and corrections, the actual location of all sub-surface utility lines. In order that the location of the lines and appurtenances may be determined in the event the surface openings or indicators become covered over or obscured, the record drawings shall show, by offset dimensions to two permanently fixed surface fixtures, the end of each run, and each change in direction. Valve, splice boxes, and similar appurtenances shall be located by dimensioning along the utility run from a reference point. The average depth below the surface of each run shall also be recorded. At the time of final acceptance of each structure or facility involved under the contract, the Contractor shall submit to the Contracting Officer record documents as required in Section 01700 “Task Order Closeout Procedures” of the specifications. See Section J, Attachment J-1 for a link to the NIH Specifications. e.Record of Materials. The Contractor shall furnish a record of materials used in the construction upon completion of each task order. Submission of this data is a condition for final payment. Where several manufacturers’ brands, types, or classes of the item listed have been used in the project, the specific areas where each item was used shall be designated. Designation shall be key to the areas and spaces depicted on the record drawings. f.Cost Estimates. The Contractor shall provide electronic cost estimates using WinEstimator® software in a compatible version. It is the Government’s prerogative to upgrade to improved software or versions during the course of the contract. The Contractor shall be required to do the same. g.Contractor’s Management and Supervision. The Contractor shall provide and maintain a professional staff for the management and supervision of all task orders. The Contractor shall obtain any other services deemed necessary for effective execution of task orders. 1)Contractor Supervision. See FAR 52.236-6. 2)Office Trailer/Staging Area. NIH will not provide contractors office space, long-term material storage space or long-term staging areas. Contractors shall work from their own off-Campus facilities. See Section H, Article H 5, paragraph g) 2 for additional information. 3)Telephones. The Contractor shall provide an office and telephone manned during normal working hours. The Contractor shall provide a local telephone number where a Contractor representative can be reached by the NIH for ordering work or any other purpose in connection with the work, 24 hours a day, 7 days a week. 4)Facsimile (FAX) Support. The Contractor shall maintain a FAX with a dedicated telephone line and number located at the local office to receive and transmit FAX messages, 24 hours a day, 7 days a week. 5)Communication Network. The Contractor shall provide its own computer system, including modem. NIH will provide connections from the Contractor-provided computer system to the NIH Global Network. h.Hazardous Materials. The Contractor shall remove, transport and dispose of hazardous wastes, in accordance with Federal, State, local activity laws, rules, and regulations; and as described in this contract, incidental to the construction project or as necessary to proceed with construction project. Refer to specifications as appropriate for specific requirements. CONTRACTOR QUALITY CONTROL (CQC) PROGRAM a.A general description of the Contractor’s CQC Program shall be available for NIH review during the pre-award survey. Two copies of the complete CQC Program shall be provided to the Contracting Officer for review and approval within 30 days after award of the master contract and as changes are made thereafter. The program shall include: 1)A quality control inspection system covering all contract services. It must specify areas to be inspected on either a scheduled, or unscheduled basis and how inspections are to be conducted. 2)The name(s) and qualifications of the individual(s) tasked to perform the quality control inspections, and the extent of their authority. 3)A method for identifying deficiencies in the quality of services performed and taking corrective action before the level of performance becomes mandatory. 4)Additional requirements as noted in Section 01400, “Quality Control”, of the NIH Construction Specifications, attachment J-1. b.A file of all Quality Control Inspections, Inspection results, and any corrective action required, shall be maintained by the Contractors throughout the term of this contract. This file shall be the property of the NIH and shall be made available to the Contracting Officer within one hour of request. The file shall be turned over to the Contracting Officer within five days after completion/termination of the task order and prior to final payment. MULTIPLE AWARD TASK ORDER PROPOSAL PROCEDURES i.GENERAL a.Work under this contract shall be ordered by written Request for Proposal letters to the Contractors by the Procuring Contracting Officer/Ordering Officer. The Contracting Officer shall send Request(s) for Proposal to the contractors that are awarded contracts from this solicitation. b.Each award as a result of this solicitation shall cite the Contract Number, Task Order and Work Order Number. c.The Government shall not be obligated to reimburse the contractor for work performed, items delivered, or any costs incurred, nor shall the contractor be obligated to perform, deliver, or otherwise incur costs except as authorized by duly executed Task Orders or the Contracting Officer’s written directive. d.Task Orders shall be firm fixed price and clearly define the specific services to be performed or the performance desired. Each order shall contain applicable clauses and provisions specific to that work. e.Request for proposals and Record of Call orders may be issued by mail, facsimile, or electronically. ii.COMPETITION a.Competition for Task orders is limited to those awardees under the resulting contracts. All awardees shall be given a fair opportunity to be considered for each Task Order. b.Unless the Contracting Officer applies the exception noted below, each Task Order shall be awarded, as a result of competition to the contractor who offers the best value to the Government considering the criteria specified. The Contracting Officer’s decision for award of a Task Order cannot be protested unless the protest is on the grounds that the Task Order increases the scope, period, or maximum value of the contract. c.Each Contractor shall be given a fair opportunity to be considered for award of a Task Order; however, the Contracting Officer reserves the right to make award of a Task Order without competition based upon a determination that the Government’s interest are best served by: i.awarding a follow-on effort to a previous Task order to the incumbent contractor if it is in the Government’s best interest; ii.using past performance as sole factor in determining award of a Task Order; iii. the services are of a unique nature and only one contractor is capable of providing the level of quality to satisfy the Government’s requirements; iv.placing a task order with a contractor without competition when an unusual and compelling urgency exists that would be harmful to the Government if a task order was not issued promptly; v.placing a Task Order with the contractor without competition when it becomes evident that the minimum guarantee must be satisfied; vi.the Contracting Officer otherwise determines that award to another Contractor is not in keeping with the Government’s best interest. iii.REQUIREMENTS FOR PROPOSALS a.The Government is not obligated to obtain written technical proposals or hold discussions prior to award of a Task Order. If the Government determines that technical proposals are necessary, proposals may be required in writing and/or through oral presentations. Should proposal(s) contain deficiencies that would preclude awarding the Task Order, discussions may commence with those considered highly likely to receive an award. If discussions are necessary, final proposal revision shall be requested. b.A written cost proposal shall be requested. Cost reasonableness shall always be taken into consideration prior to award of a Task Order. c.Cost associated with preparation, presentation, and/or negotiations shall not be allowable direct cost against this contract. d.Technical Proposals, if required, may address one or more of the following factors: •Planning/Design •The Contractor’s technical understanding of the work •The most efficient and effective plan to accomplish the work •Rationale for proposed materials, types and quantities •Qualifications of subcontractors and designers •Project Management Team iv.SELECTION CRITERIA One or more of the following criteria will be considered when contractors compete for award of a Task Order. a.Past Performance. Past Performance shall always be a consideration in selection of a contractor prior to each Task Order. Past Performance of subcontractors may also be considered. b.Credentials & Relevant Experience Credential and relevant experience shall always be a consideration in the selection of a contractor or subcontractor. The contractor shall provide credentials relevant to the construction job for which they are competing. NIH will judge the eligibility of the applicants based on professional experience and licensure, working knowledge of the NIH Design Requirements and the ability to provide a wide breadth of in house expertise. Minimum credentials include: i.Demonstration of working knowledge that illustrates experience working with organizational design policy and guidelines and design requirements while performing past work aligned with the requirements of this solicitation. ii. Knowledge of codes and standards applicable to the facility type, complexity and geographic location. c. Biocontainment laboratories for animals and research are highly complex facilities. For laboratories having complex interacting systems used to protect occupants and the environment, NIH requires that contractors provide the following credentials: i.Proof of Professional registration of key staff ii.Experience or evidence that includes (1) Demonstration of working knowledge of that illustrate experience working with organizational design policy and guidelines and design requirements while performing past work aligned with the requirements of this solicitation. (2)Knowledge of codes and standards applicable to the facility type, complexity and geographic location (3)Knowledge of project management skills including: All aspects of programming, design, construction and commissioning Risk Assessment and/or Management iii. In house range of expertise and demonstrated competencies or control and oversight of supplemental procured expertise for highly specialized and complex systems or procedures for the designated project such as: Structural, Noise and Vibration Mechanical, HVAC Systems unique to high containment facilities Health and Safety Electrical Fire Safety Security Energy Management Environmental iv.Current Curriculum vital for key staff v.If key staff changes mid-project, NIH must be notified of replacement along with CV for that individual. vi.Additional documentation as requested which may include training in high containment facility design, construction or commissioning. vii.Quality of Deliverables viii. Ability to Meet Schedule Requirements d.Cost Control and/or Cost and Price i.Proposals shall require the contractor to certify that the corporate G&A and profit rates for that order do not exceed the maximum rates in the contract. The cost proposal shall contain sufficient information to allow the Government to perform a basic analysis of the proposed cost or price of the work. This information shall include the amounts of the basic elements of the proposed cost or price. These elements shall include, as applicable, direct labor, fringe benefits, travel, material, subcontracts, purchase parts, shipping, indirect costs and rate, fee, and profit. ii.Information other than Cost or Pricing Data. (1) Information submitted shall consist of data to permit the Contracting Officer and authorized representatives to determine price reasonableness or cost realism, e.g., information to support an analysis of material cost (when sufficient information on labor and overhead rates is already available), or information on prices and quantities at which the offeror has previously sold the same or similar items. iii.Any information submitted must support the price proposed. Include sufficient detail or cross references to clearly establish the relationship of the information provided to the price proposed. Support any information provided by explanation or supporting rationale as needed to permit the Contracting Officer and authorized representatives to evaluate the documentation. v.TASK ORDER AWARD Task Order Award shall be made to the contractor who offers the “best value” to the Government considering the price and non-price factors described in the RFP.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b843f7ad3e21c9b951b466bde5067bf1&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
- Zip Code: 20892
- Record
- SN01592476-W 20080614/080612220649-b843f7ad3e21c9b951b466bde5067bf1 (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 |