SPECIAL NOTICE
C -- A/E Services for West Satellite Switching Station, NIH Bethesda, MD
- Notice Date
- 7/13/2009
- Notice Type
- Special Notice
- NAICS
- 541310
— Architectural 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
- Ref_No_HHS-NIH-ORF-09-009
- Archive Date
- 9/14/2009
- Point of Contact
- Aaron B Crawford, Phone: 301-496-3274
- E-Mail Address
-
crawfoa@mail.nih.gov
(crawfoa@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health intends to award a sole source contract to Perkins + Will Architects (P+W) to provide A/E services for Design, Post Design, Bidding, Construction Administration Services and Optional A/E Services for the West Satellite Switching Station. This project will provide power for the forthcoming John Edward Porter Neuroscience Research Center Phase 2 facility and other existing facilities on the west side of the Bethesda campus. The contract vehicle for this A/E service is a Firm Fixed Price contract for an eighteen month period, with a one -year option. The total contract award value including the option year will not exceed $5M. NIH anticipates soliciting and negotiating with only one source under the statutory authority of 41 U.S.C. 253(d)(1)(B) to provide this service to meet mission critical requirements for the following reasons: • Perkins + Will created the 35% drawings and they are familiar with NIH issues pertaining to it. • Perkins + Will has the professional liability of existing construction documents since they authored them. No other architect or engineer could work to administer the construction of these documents without specific authority granted by Perkins + Will and no other architect would be able to totally accept the liability of these Perkins + Will documents. • No other group has the design intent knowledge that Perkins + Will developed during the preparation of the construction documents. Perkins + Will by virtue of being the author of these contract documents has spent thousands of man hours in their preparation and is the group most familiar with them. • Perkins + Will was initially scheduled to perform these services, but the contract vehicle expired before funds became available. The West Satellite Switching Station was originally a change order to the Porter Neuroscience Research Center (PNRC) 1 construction contract. However, after the PNRC1 was constructed, the contract ended and the West Satellite Switching Station design was put on hold. • It would be extremely inefficient and not cost effective and probably would raise legal considerations if the owner of the documents engaged the services of any party other than Perkins + Will to provide A/E construction administration services for this project. • To compete for these A/E services would require a significant amount of time that would delay the start of construction and adversely impact its support for the critical ARRA mission project: Porter Neuroscience Research Center (PNRC) 2. Background The building project is West Satellite Switching Station on the National Institutes of Health campus in Bethesda, Maryland. The site is located on the west side of the campus on south drive approximately 300 feet west of the intersection of South Drive and Convent Drive. The programmed gross square footage for the Satellite Switching Station is ~4,600 sq. ft. Scope The scope of services to be carried by P+W for the PNRC Phase II addition are as follows: 1. P+W Architects will provide A/E services for Design, Post Design, Bidding, Construction Administration Services and Optional A/E Services to assist the NIH Project Officer in the supervision of the performance of the CM. P+W will ensure compliance with the NIH requirement 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 materials. 2. Advisory Services will be provided in the following area: The Government will also conduct an activation phase, including planning, scoping, scheduling, and specifying, procurement, receiving, installation and fit out of new electrical equipment. As an option service, P+W may provide advisory services as required to support this Government activity. Services for a Construction Quality Manager (CQM) are not within the scope of the proposed effort. NIH may issue an additional solicitation to obtain these services for the West Satellite Switching Station. This notice of intent is not request for proposal. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. This procurement is not set-aside for small business. The NAICS Code for this requirement is 541310 -- Architectural. Interested parties who believe they possess the capability to satisfy this requirement should submit a capability statement demonstrating their ability to meet this requirement. All responses shall be sent in writing to Aaron Crawford, via email to aaron.crawford@nih.gov no later than 2:00 p.m. Eastern Time, Tuesday, July 28, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/Ref_No_HHS-NIH-ORF-09-009/listing.html)
- Place of Performance
- Address: National Institutes of Health, Office of Acquisition/ORF, Attn: Aaron Crawford, Building 13, Room 2E48, MSC 5711, 9000 Rockville Pike, Bethesda, Maryland, 20892-5711, United States
- Zip Code: 20892-5711
- Zip Code: 20892-5711
- Record
- SN01874016-W 20090715/090714000452-1fd3ed64816a59d161f5700a1071f245 (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 |