Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2010 FBO #3242
SOURCES SOUGHT

Y -- Construction Quality Management Services

Notice Date
10/8/2010
 
Notice Type
Sources Sought
 
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
HHS-NIH-ORF-SBSS-11-001
 
Archive Date
11/6/2010
 
Point of Contact
Debbie, Phone: 301-433-7184
 
E-Mail Address
debbie.loftin@nih.gov
(debbie.loftin@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Reference Number HHS-NIH-ORF-SBSS-11-001 This is a Small Business Sources Sought notice. This is NOT a solicitation or request for proposal, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified HUBZone small businesses; service-disabled veteran-owned small businesses (SDVOSB); or 8(a) small disadvantage businesses. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Only organizations that fall within the Small Business Program including certified SBA 8(a), HUBZone, or SDVOSB under the applicable North American Industry Classification System (NAICS) code 236220 - Commercial and Institutional Building Construction for the proposed acquisition, Small Business Size Standard $33.5 Million, should submit a response to this notice. [Note: This Sources Sought replaces previous one issued for Solicitation No. NIHOF201000248 which was subsequently canceled via Amendment No. 3 posted on September 7, 2010.] The contract vehicle for this Construction Quality Management (CQM) service is anticipated to be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement will include a base year with provision for four (4) 1-year option periods and the total contracts awarded including all option years will not exceed $50M. The Government intends to award (up to five) multiple IDIQ CQM contracts with a minimum guarantee of $10,000.00 each for the base period. Under this process, the Government intends to make an award(s) to the offeror(s) whose proposal(s) provide(s) the best value to the Government. The award will be issued pursuant to the Small Business Competitiveness Demonstration Program under FAR 19.10. The Contractor(s) will be responsible for providing single and multi-project CQM services described below in the Scope of Services. SCOPE OF SERVICES: The following examples are projects that may be issued to the Contractor for performance. The limited descriptions are provided merely to indicate diversity of anticipated work and as such, shall be regarded solely as examples, not as actual work to be performed under this contract. The CQM Contractor/Construction Manager (CM) is to provide project - (1) Design Phase Services: These services shall include, but not limited to, providing design technical reviews; code compliance reviews; constructability reviews utilizing Building Information Modeling (BIM); analysis of value engineering proposals; preparation of cost estimate; cost analysis; cost control/monitoring; site surveys; scheduling; review of design scope changes, etc. (2) Project Procurement Phase Services: These services shall include, but not limited to, providing assistance in contract procurement; recommending answers to bid/RFP questions, accompanying Govt. officials in attending/participating in site visits/pre-bid conferences, preparing and issuing solicitation amendments for review and approval by the Government Contracting Officer, etc. (3) Project Construction Phase Services: These services shall include, but not limited to, providing establishing temporary field offices; setting up job files, working folders, and record keeping systems scheduling and assisting the Government in conducting preconstruction meetings; monitoring the submittal review process; maintaining marked up sets of project plans and specifications for future as-built drawings; performing routine inspections of construction as work proceeds, etc. (4) Commissioning Services: These services shall include, but are not limited to, providing professional and technical expertise for start-up, calibration, and /or certification of a facility or operating systems within a facility, etc. (5) Testing Services: TheCM may be tasked to provide the services of an independent testing agency/laboratory to perform project specific quality control testing and inspection services, to include but not limited to, concrete, precast concrete connections, steel, steel decking, applied fireproofing, roofing, curtain walls/glazing, and elevator installations, etc.. (6) Post Construction Services: The CM may be tasked to provide services such as: Performing Post Occupancy Evaluation (POEs); assisting agency in the formulation of lessons learned; providing occupancy planning including development of move schedules, cost estimates, inventory lists, providing move coordination, relocation assistance, and/or furniture coordination; providing telecommunication and computer coordination, etc. (7) Claims Services: The CM may be tasked to provide claims services when and as required by the Government for specific projects. The CM will review disputes and claims from the A&E and/or construction contractor(s) and render all assistance that the Government may require, including, but not limited to, the following: Furnishing reports with supporting information necessary to resolve disputes or defend against the claims; preparation and assembly of appeal files; participation in meetings or negotiations with claimants; appearance in legal proceedings; preparation of cost estimates for use in claims negotiations; preparation of risk assessments/analyses relative to claim exposure, etc. SUBMISSION OF CAPABILITY STATEMENT OF QUALIFICATIONS: Construction Management firms with an interest in being considered for a construction quality management (CQM) services contract must submit the required capability statement of qualifications. The Capability Statement of Qualifications shall not exceed 10 single-sided pages of 8/12x11 - size paper with a minimum font size of 10 pitch and minimum of 1" margins and shall address the following: (1) Company information to include name, point(s) of contact(s); email address(es), physical/mailing address, telephone number, small business category (e.g. SBA 8(a)/HUBZone certification data or self-certified SDVOSB), DUNS number; (2) Provide information on Key Personnel and/or other in-house personnel and their relevance to the task described including resource availability, education and/or other training; (3) Describe firm's relevant management experience relating to the tasks described above including the - scope and nature of at least three (3) of the most current or completed comparable 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; (4) Summary of Building Information Modeling experience during construction and for constructability reviews; (5); Explain what experience your company has had with managing multiple tasks simultaneously. Provide the number of task orders/contracts managed concurrently and the performance ratings assigned by the customer for those task; (6) Describe your access to capital resources/funding or available line of credit to undertake work of similar scope to that which is contemplated. Additionally, brochures or other pre-printed material may be submitted to address the above capabilities/qualifications under the condition that they are included in the page count subject to the above threshold limitation. DUE DATE: Firms shall submit one copy of the capability statement of qualifications for receipt by NIH NO LATER THAN October 22, 2010 at 2:00p.m. Eastern Standard Time preferably via email to debbie.loftin@nih.gov. Faxed submissions are also permitted to be transmitted to 301.402.0331. In the alternative, a hardcopy may be mailed to the Contracting Office Address. at: National Institutes of Health (NIH) Office of Acquisition, ATTN: Debbie Loftin, Contract Specialist (C), 9000 Rockville Pike, Building 13, Room 2E47, MSC-5711,, Bethesda, Maryland 20892-5711. Disclaimer and Important Notes: This notice does not constitute any commitment by the National Institutes of Health (NIH) or obligate the Government to award a contract or otherwise pay for the information provided in response to this notice 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-11-001/listing.html)
 
Record
SN02308655-W 20101010/101008233836-7ef71392b61b322c810da6f3efaf0327 (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.