Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2008 FBO #2399
SOLICITATION NOTICE

Z -- Design Build Electrical Vaults Upgrade for Varioius Buildings

Notice Date
6/19/2008
 
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
NIHOF2008056
 
Point of Contact
Valeria C Thomas,, Phone: 301-435-4326
 
E-Mail Address
thomav@mail.nih.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Presolicitation Notice. NAICS: 236220; Size Standard: $31M. As a result of Sources Sought Notice number 292-08-SS-(HN)-0226, this solicitation is set-aside for Service Disabled Veteran-Owned Small Business Concerns. The resultant contract will be a single award Design-Build, Indefinite Delivery Indefinite Quantity (IDIQ), Task Order Contract for Electrical Vault Upgrade at Various Buildings throughout the National Institutes of Health, Bethesda, Maryland. The contract will be for a initial base period of 12 months, and four 12 month option periods, not to exceed five years. The estimated maximum aggregate contract value for base year and all option periods is $49,500,000.00. A Seed Project for electrical vault upgrade will be used in the evaluation of PHASE II and will be the first task order of the contract that will be awarded. The project will be solicited and procured using Best Value Trade-Off methodology in accordance with Federal Acquisition Regulation (FAR) Subpart 15, Contracting by Negotiation, and FAR Subpart 36.3, Two-Phase Design Build Selection Procedures. The magnitude for the Seed task order is between $1,000,000 and $5,000,000. Task orders issued under this contract will be firm-fixed price. Description of work: Individual Task Orders issued under this contract will be for design and construction to replace and upgrade existing electrical vaults in various buildings, including but not limited to medium voltage transformers, Network Protectors, switchgear, feeder breakers, and any other associated components necessary. The design and construction shall provide the most up-to-date system approaches and energy efficient systems. Contractor shall furnish all necessary professional design, supervision, and construction to fulfill the contract requirements. One Solicitation will be issued to cover both Phase One and Phase Two. Phase One Qualification Proposals will be requested at the initial posting of the Solicitation in the FedBizOpps. After the completion of Phase One, the Solicitation will be amended to request Phase Two Sample Project Proposals from the Phase One shortlisted firms. 1. PHASE ONE -- REQUEST FOR PROPOSALS (QUALIFICATIONS): The Solicitation will be issued requesting Qualifications from interested firms (offerors) demonstrating their capability to successfully execute the design-build construction IDIQ contract resulting from this solicitation. Offerors’ qualifications will be evaluated based on the evaluation factors for Phase One. A maximum of three of the most highly qualified offerors (design-build teams) offering the best technical value to the government will be selected (shortlisted) to advance to Phase-Two. PHASE ONE EVALUATION FACTORS: The Government will evaluate the following three areas in descending order of importance – Factor 1: Past Performance and Experience on Similar Projects; Factor 2: Qualifications & Experience of Key Personnel; and Factor 3: Management Approach for Providing Engineering Services. 2. PHASE TWO -- REQUEST FOR SEED PROJECT PROPOSALS: After the completion of Phase One, the Government will amend the Solicitation to request Phase-Two proposals from the shortlisted firms (maximum of 3) selected to advance to Phase-Two. Phase Two proposals will be evaluated based on the Seed Project and Phase Two evaluation factors. PHASE TWO EVALUATION FACTORS: The Government will evaluate proposals based on the Seed Project in two parts: Part 1 and Part 2. Part 1: Technical Merit (Subfactors in descending order of importance): Subfactor A: Qualifications & Experience of Key Personnel; Subfactor B: Management Approach. Part II: Cost/price Merit. Non-cost factors, when combined, are significantly more important than Cost/price. Phase-Two Request for Proposals will result in a single award to the responsible Offeror whose technical submittal and price proposal contain the combination of the criteria requested offering the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. Solicitation will be issued in electronic format only and will be available on or about July 3, 2008 for Phase One Request for Proposals (Qualifications). PROPOSALS DUE DATE will be stated in the solicitation. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f1c5329a3f53747b6bc47a183915da78&tab=core&_cview=1)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01596728-W 20080621/080619215728-f1c5329a3f53747b6bc47a183915da78 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.