Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2011 FBO #3381
SOURCES SOUGHT

Y -- 8 (a) Minor Construction - Package #1

Notice Date
2/24/2011
 
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
NIHOF-2011-SSHQC11399
 
Archive Date
3/31/2011
 
Point of Contact
Josephine Chutta, Phone: 3014963135, Daniel Hall, Phone: 3015945711
 
E-Mail Address
chuttaj@mail.nih.gov, Daniel.Hall@mail.nih.gov
(chuttaj@mail.nih.gov, Daniel.Hall@mail.nih.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
8 (a) Minor Construction Sources Sought Notice Minor Renovations and Repair Services Solicitation Number: NIHOF-2011-SSHQC11399 Agency: Department of Health and Human Services Office: National Institutes of Health Location: Office of Research Facilities/Office of Acquisitions ________________________________________ Notice Type: Sources Sought Original Posted Date: February 24, 2011 Posted Date: February 24, 2011 Response Date: March 16, 2011, 3:00 pm EST Original Response Date: March 16, 2011, 3:00 pm EST Archiving Policy: Automatic, 15 days after response date Archive Date: TBD Original Set Aside: N/A Set Aside: N/A Classification Code: Y -- Construction of structures and facilities NAICS Code: 236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction ________________________________________ Solicitation Number: NIHOF-2011-SSHQC11399 Notice Type: 8(a) Sources Sought Synopsis: Reference Number: TBD CONTRACT INFORMATION This is an 8(a) Small Business Sources Sought notice. This is NOT a solicitation or request for proposal, proposal abstracts, or quotations. 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 will not reimburse for the data provided or will not return any data. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any entity 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. THE PURPOSE OF THIS 8(a) SMALL BUSINESS SOURCES SOUGHT SYNOPSIS IS TO DETERMINE INTEREST AND CAPABILITY OF POTENTIAL QUALIFIED 8(a) SMALL BUSINESSES. Your responses to the information requested will assist the Government in determining innovative, highly capable and qualified small businesses. Only entities that fall within the certified SBA program, under the applicable North American Industry Classification System (NAICS) code 236220 - Commercial and Institutional Building Construction for the proposed acquisition, should submit a response to this notice. The proposed contract vehicle for this Minor Renovations and Repair Service is anticipated to be a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This proposed procurement will include a base year with provision for potentially four (4) 1-year option periods. The estimated overall IDIQ contract value over the life of the contract including potential options is not anticipated to exceed $4M. The anticipated task order range will be between $10,000.00 and $250,000.00. The Government intends to award a single IDIQ Minor Construction contract with a guaranteed minimum of $10,000.00 for the life of the contract. Under this process, the Government intends to potentially select a vendor whose expected outcome to this sources sought in the Government's estimation provides the greatest overall benefit in response to this sources sought. The Contractor will be responsible for providing single and multi-project Minor Renovations and Repair Services described below in the Scope of Services. PROJECT DESCRIPTION/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 selected firm shall provide professional and incidental services, material and labor necessary to perform services and provide deliverables as specified by all ordered tasks. Construction Services: These services shall include, but not limited to, providing individual task orders. The work described herein extends beyond the conventional, single project construction concept in that it may involve the planning, scheduling, coordination, procuring, and installation of a fluctuating series of unrelated tasks. The work may vary from routine general construction to renovating, retrofitting or installing plumbing, or structural systems that are used in biomedical laboratory and animal spaces to protect the occupants and the environment. Tasks will involve a variety of disciplines, trades and expertise including, but not limited to, carpentry, road repair, roofing, excavation, HVAC, interior electrical, millwork, plumbing, sheet metal, painting and other finishes, demolition, concrete, masonry, and welding. SELECTION CRITERIA AND SUBMISSION REQUIREMENTS 8(a) firms with an interest in being considered for a minor renovations and repair services contract must submit the required capability statement of qualifications. The Capability Statement of Qualifications shall not exceed 25 single-sided pages of 8 1/2x11 size paper, in font type Times New Roman and font size 12, and shall address the following: (1) Company information to include name, point(s) of contact(s); email address(es), physical/mailing address, telephone number, any small business self-certified category (e.g. women-owned and service-disabled veteran-owned) in addition to 8(a) certification, DUNS number; (2) Provide signed resumes with acknowledgement of availability on Key Personnel (Project Manager(s), Superintendent(s)), and/or other personnel and their relevance to the task described including resource availability, education and/or other training; (3) Describe firm's current and relevant construction 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 within past 5 years to include size of the project, deliver method, beginning and ending contract price, beginning and ending dates of the project, customer name and point of contact, point of contact email, mailing address and telephone number, indicate if you were the prime or sub-contractor; (4) Explain what experience your company has had with managing multiple tasks simultaneously, include whether cost and schedule were met, and number of changes that occurred. Provide the number of task orders/contracts managed concurrently and the performance ratings assigned by the customer for those tasks; (5) Provide from your bonding company your overall bonding limit and individual task order bonding capacity. Provide your most recent financial statement which identifies 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 three (3) hard copies in 3-ring binder of the capability statement of qualifications to the Contracting Office Address at: National Institutes of Health (NIH), Office of Acquisition, ATTN: Josephine Chutta, Contract Specialist, 9000 Rockville Pike, Building 13, Room 2E48, MSC-5711, Bethesda, Maryland 20892-5711 by NO LATER THAN March 16, 2011 at 3:00 pm EST. Hyperlinks and electronic media (CD, thumb-drive, memory card, etc.) will not be accepted with your submission. E-mail submission is not acceptable. 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/NIHOF-2011-SSHQC11399/listing.html)
 
Record
SN02386593-W 20110226/110224234237-a86f47d3ab50648f929eae8826b92610 (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.