SPECIAL NOTICE
R -- Justification for Other than Full and Open Competition for A/E Services for National Library of Medicine
- Notice Date
- 1/5/2010
- 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
- HHS-NIH-ORF-SN-HEE60088
- Archive Date
- 2/3/2010
- Point of Contact
- Monali Parikh, Phone: 3014439010
- E-Mail Address
-
parikhm@mail.nih.gov
(parikhm@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Institutes of Health intends to award a sole source contract using the Justification for Other than Full and Open Competition procedure to Louviere, Stratton, & Yokel, LLC (LSY) for A/E services for Design, Post Design, Bidding, and Construction Administration Services for the National Library of Medicine. This project will allow The National Library of Medicine (NLM) to increase the collections capacity using a high-density compact shelving system, and will also address concerns regarding protection of the collection from environmental hazards including water damage and temperature / humidity variations. LSY was previously commissioned to develop a master plan and phased design to consolidate office areas dispersed throughout the NLM collections area into a single zone that is physically and environmentally separated from the stack area, thereby enabling deployment of a high density shelving system and protecting the collection from non-compatible office functions. A two-phase renovation designed by LSY was initiated in 2008, and phase one was completed in September of 2009. Phase II demolition was initiated, but construction has been suspended due to an Institute initiated change in scope that requires reprogramming and redesign. LSY was initially scheduled to reprogram Phase 2 and develop a new design, but the contract vehicle expired before funds became available. This work was originally a change order to the B2/B3 Level Phase 2 construction contract. However, after the B2/B3 Level Phase 1 was constructed, the contract time period concluded and the reprogramming and design were put on hold. The contract vehicle 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 shall not exceed $ 85,000.00. 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: •· This project was fully planned and designed by LSY. Change is required due to new IC requirements. •· LSY created the original design, and they are familiar with NIH issues pertaining to the field conditions, IC constraints and documentation developed to date. •· The redesign will be an extension of and modification to work completed by LSY. LSY has the professional liability of existing documents since they authored them. No other architect or engineer could work to administer the construction of these documents without specific authority granted by LSY, and no other architect would be able to totally accept the liability of these documents. •· No other group has the design intent knowledge that LSY developed during the preparation of the construction documents and master plan. By virtue of being the author of these documents, LSY has spent thousands of man hours in their preparation and is the group most familiar with them. To repeat this process with a new contractor would require an extensive effort that would be extremely disruptive to the IC, unnecessarily time consuming, and cost-prohibitive. •· Use of any party other than the author of these documents would likely raise legal considerations. Assumption of ownership liabilities by another party would be inefficient and costly, as the due diligence required to ensure that the revised design is fully reconciled with existing conditions and dovetailed with Phase 1 work in place would require resurvey of existing conditions and verification of work developed during under the previous contract. •· To compete for these A/E services would require a significant amount of time that would delay the project and adversely impact its-support for ­the critical ARRA mission project: B2/B3 Level Phase 2. Scope of Required A/E Services: •1. Draft POR, Survey & Schematic Design •· Survey affected areas of Building 38 to verify existing conditions. •· Meet with each NLM user to establish program requirements for the revised Phase 2 areas. •· Develop conceptual design alternatives for review by users •· Complete a POR and Schematic Design that incorporates user comments. •· Develop an estimate of probable construction cost •2. Final POR, Survey & Schematic Design •· Meet with NLM users to discuss comments. •· Develop final POR and Schematic Design •3. Design Deliverables and Schedule: Deliverable % of Fee Copies A/E Time (wks) NIH Review (wks) Total Time (wks) Survey & Draft POR 50% 12 6 wks 2 wks 8 wks Conceptual Design Alternatives 25% 12 2 wks 2 wks 4 wks Final POR & Schematic Design 25% 12 4 wks n/a 4 wks Total 100% 12 wks 4 wks 16 wks Proposal Information: If you believe that you can perform this work and would like to be considered please email your qualification statements (SF330 Part 1 and Part 2) by 3:00 pm EST on January 19, 2010 to: Mona Parikh Contracting Officer, AECCB The National Institutes of Health Office of Acquisitions, ORF 9000 Rockville Pike Building 13, Room 2E48 T, MSC 5711 Bethesda, MD 20892-5738 parikhm@mail.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SN-HEE60088/listing.html)
- Record
- SN02035373-W 20100107/100106000633-89b0b97758bb4ff0d2ea41d08ec9d6ac (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 |