Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2009 FBO #2722
SOURCES SOUGHT

Y -- NIH Minor Construction, Alterations and Rehabilitation

Notice Date
5/8/2009
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
13 South St., Room 2E43 MSC 5711 Bethesda MD 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
HHS-NIH-ORF-SBSS-09-002
 
Response Due
5/26/2009
 
Point of Contact
Beverly C. Johnson, Contract Specialist, - Aaron B Crawford, Contracting Officer
 
E-Mail Address
johnsonbc@mail.nih.gov, crawfoa@mail.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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 236220 - Commercial and Institutional Building Construction for the proposed acquisition. 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. The National Institute of Health (NIH) consists of service medical and science institutions located in Bethesda, and Poolesville, Maryland. There is a constant need for miscellaneous minor construction, repair, alterations and maintenance work for the upkeep of the buildings, grounds and road way. The labor force required for these services are of urgent importance to keep the NIH mission uninterrupted. NIH is contemplating awarding Construction Services Contracts to provide and secure construction, repair, alterations and maintenance work in a healthcare and medical research environment. The contract vehicle for this service is a Firm Fixed Price Indefinite Deliver Indefinite Quantity (IDIQ) contract. This procurement will cover duration of one (1) base year and four (4) option periods for a total of five (5) years, and the total contract award value inclusive of all option years will not exceed $150M. The Government intends to award a minimum of one (1) to a maximum of four (4) IDIQ contract with a minimum guarantee of $3,500.00 inclusive of all five (5) years. Under this process, the Government will award(s) to the most highly qualified construction services firm with whom it can negotiate a fair and reasonable price. All applicable services shall be performed as directed by authorized Government personnel. The Contractor will be responsible for providing single and multi-project construction 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, which will include various, simultaneous task orders ranging from $25,000 up to $500,000 per task order. The selected contractors must exhibit demonstrated experience, capability and resources enabling them to plan and construct projects of comparable size and complexity, with comparable healthcare and medical research clients, and most significantly, with a demonstrated track record of performing such projects with a high degree of customer satisfaction. a. The contractor will be responsible for, and capable of, performing all associated demolition, removal of hazardous material, and construction of projects. The contractor will 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 must 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 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, and public spaces and all associated support areas. 6) Replacement, repair and relocation of both interior and exterior utility systems. 7) Parking garage repairs and alterations. b. 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. c. 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. SUBMISSION OF STATEMENTS OF QUALIFICATIONS: Construction firms with an interest in being considered for construction 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 experience relating to the tasks described above – Describe scope and nature of the lease three (3) of your most current or completed relevant projects to include beginning and ending contract price, beginning and ending date of the project, customer name and point of contact, indicate if you are/were the prime or sub-contractor; Each project must be for a different owner (4) Summary of current contract activities/commitments; (5) Describe your firm’s ability to link to sufficient local labor and resources to accomplish work of this nature; (6) Describe your firm’s ability to manage simultaneous work efforts; (7) Describe your access to capital resources/funding to undertake work of similar scope to that which is contemplated; and (8) Current bonding capacity. 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 two (2) copies. E-mail or faxed submissions will NOT be accepted. DUE DATE Firms shall submit qualifications NO LATER THAN May 26, 2009 at 2: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, Contract 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).” Contract Duration: one (1) year plus four (4) option years NAICS Code: The NAICS code is 236220 Commercial and Institutional Building Construction; Small Business Size: $33.5 million 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 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-09-002/listing.html)
 
Place of Performance
Address: Multiple locations in the State of Maryland Bethesda, MD
Zip Code: 20892-5738
Country: US
 
Record
SN01812585-F 20090510/090509165622 (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.