SOURCES SOUGHT
C -- A/E SERVICES FOR NCI
- Notice Date
- 6/17/2010
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- 10-233-SOL-00250
- Point of Contact
- Erica K. Binnix, Phone: 3014434988
- E-Mail Address
-
erica.binnix@psc.hhs.gov
(erica.binnix@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Park lawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857, UNITED STATES THIS IS NOT A SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), REQUEST FOR QUOTES (RFQ), OR AN ANNOUNCEMENT OF A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT OR PROCEED WITH ANY OF THE ABOVE SOLICITATIONS IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. This is a sources sought notice to determine the availability of potential small businesses (e.g. 8 (a), veteran-owned small business, service-disabled veteran owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business) to provide Architect and Engineering services for the National Cancer Institute in Bethesda, MD. The purpose of this announcement is to seek capability statements from Architect/Engineering (A/E) firms, NAICS 541310, to provide Architect and Engineering services based on, but not limited to: The issuance of task orders for the preparation of designs, plans, specifications, estimates, record drawings, miscellaneous studies and reports, surveys, construction support services, and construction management for projects managed by the Office of Space and Facilities Management, National Cancer Institute, Bethesda, MD. Projects may involve work in specialty areas such as alterations and renovations in biomedical research facilities and vivariums, and office buildings, both on government owned and leased property. The services required may include all the professional disciplines including architectural, electrical, mechanical, structural, civil engineering, communications, energy conservation, cost estimating, fire safety, lab planning, construction management, and hazardous material consultant services, space planning and green/sustainable building design as required by the National Cancer Institute (NCI) in support of the Office of Space and Facilities Management in and around Bethesda, MD. Not all disciplines will be required for each project. Additional consulting specialists not named above may be required and, if needed, will be indicated in the individual projects or task orders. Capability Statements should address the following: (1) Professional qualifications in the following disciplines: (1) Licensed architects. (2) Licensed electrical engineers. (3) Licensed structural engineers. (4) Licensed civil engineers. (5) Licensed mechanical engineers (6) Space Planning (7) Green/sustainable Building Design. (2)Necessary licenses and certifications as required and/or recognized by the State of Maryland to provide professional engineering facilities design services. (3)In house CADD capabilities and use of AIA/NIH Masterspec as the basis for developing the construction contract documents. Ability to provide work in hard copy report format, hard copy D-size drawings, and/or automated/CADD format including digital photos and data support. (4)Experience with an emphasis in biomedical research facilities and vivariums, and energy conservation design. Including experience with an emphasis in renovation projects for biomedical research facilities, vivariums and to a lesser degree office facilities, including project surveys, studies, designs including working drawings and specifications, cost estimates, and post-design services and other related documents primarily for renovations and alterations/additions to existing facilities. (5)Experience, if any, with BSL-2 and BSL-3 facilities should be emphasized. (6)Specialized experience with small to medium projects, familiarity with NIH Design Requirements Manual (DRM), guidelines, regulations and specifications, and ability to expedite Design and Bidding documents. (7)The capacity to perform approximately $750,000 in A/E services work in a one-year period in relation to a firm's overall capacity. (8)Experience on Government contracts and other private industry contracts with respect to quality of work as a record of conforming to specifications and standards of good workmanship, adherence to contract cost control, and compliance with performance schedules, including the administrative aspects of performance, reputation for reasonable and cooperative behavior, commitment to customer satisfaction, and business-like concern for the interest of the customer. (9)Response should address if the firm has an existing active design production office within 50 miles of the NIH located in Bethesda, MD. (10)Demonstrated experience in design management, including project planning, coordination, scheduling, cost control methods, production facilities capabilities and techniques for both design projects and construction services. (11)Demonstrate experience including evidence of the team's ability with respect to innovative, quality and flexible design solutions, in particular as it applies to small and medium-sized renovation projects. Include experience with the design and modifications of occupied facilities, development of conceptual designs and cost estimates. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to pscacquisitions@psc.hhs.gov; Attention Erica Binnix. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE, INCLUDING ANY TEAMING ARRANGEMENTS. Capability statements must also include the following information: Company name, address, DUNS, Point of Contact, Phone and Email address of individuals who can verify the demonstrated capabilities identified in the responses, and business size and status (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUB Zone small business, small disadvantaged business, and women owned small business). Teaming Arrangements are encouraged are permitted and encouraged, but not required. All teaming arrangements shall also include the above-cited information and certifications for each entity on the proposed team. Responses are requested not later than July 2, 2010. Capability statements will not be accepted after the due date. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Point of Contact Erica Binnix, Contracting Officer, Phone 301-443-2475, Fax 301-443-3238, Email: Erica.binnix@psc.hhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/10-233-SOL-00250/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, Rockville, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN02180364-W 20100619/100617235239-a479a3c1a7c09481be0245cfcaa36ee1 (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 |