Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2011 FBO #3534
MODIFICATION

C -- FACITILITY ASSEMESSMENT SERVICES

Notice Date
7/27/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
NIHOF2011389
 
Archive Date
8/20/2011
 
Point of Contact
Kimberly Goodwin, Phone: 301-451-7243, Aaron B Crawford, Phone: 301-496-3274
 
E-Mail Address
goodwink2@mail.nih.gov, crawfoa@mail.nih.gov
(goodwink2@mail.nih.gov, crawfoa@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A REQUEST FOR SF-330 PART I & PART II Description: FACITILITY ASSEMESSMENT SERVICES SOLICITATION NOTICE: The National Institutes of Health (NIH), Department of Health and Human Services (HHS) plans to enter into a single award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architectural/Engineering (A/E) services to perform Facility Assessment Services. The North American Industry Classification System (NAICS) code is 541330 and the Small Business Size Standard is $4.5 million. Qualification statements received from firms other than Small Business firms will be found non-responsive and will not be reviewed. CONTRACT INFORMATION: This is a small business set-aside requirement. Small Business firms responding to this solicitation must demonstrate the capability to perform a minimum of 51% of the required work. Total contract performance period shall be five years, with a base award of one year and options to extend for four additional one-year periods. Option year fee rates shall be negotiated prior to base contract award. All work and services shall be ordered by issuance of individually negotiated firm fixed price or not-to-exceed task orders, ranging in value from $2,500 - $750,000. The guaranteed minimum for the life of the contract, which includes the base period and all options, if exercised, is $2,500. The contract ceiling is expected to be between $8 million and $22.5 million. PROJECT INFORMATION: This IDIQ contract for A/E services to perform Facility Assessment Services will include facility condition assessment services, sustainability assessment services, horizontal infrastructure services, and data management and consulting services. These services will be performed at the following locations: National Institutes of Health (NIH) Main Campus, Bethesda, Maryland; NIH Animal Center, Poolesville, Maryland; the Research Triangle Park campus in North Carolina; the Rocky Mountain Laboratory campus in Montana, various leased facilities in Bethesda, Rockville, and Baltimore, Maryland; and other facilities located throughout the United States. Task orders issued against this IDIQ contract for facility condition assessment services will include but not be limited to conducting assessments of building structure, building exterior, building interior, HVAC, plumbing systems, electrical systems, elevators, escalators, and communication systems for the following facilities: Office/Public Space Facilities, Health Care Facilities, Laboratory Facilities, Animal Care Facilities, and Mechanical/Electrical/Plumbing/Special Utilities/Central Utilities Plant Facilities; and providing cost estimates for the identified deficiencies and documenting the results in the assessment database. Task orders issued against this IDIQ contract for sustainability assessment services will include but not be limited to evaluating facilities and identifying steps required to meet the goals of Executive Order 13423 (EO), the Guiding Principles (GP), as defined in the Memorandum of Understanding (MOU) on Federal Leadership in High Performance Sustainable Buildings (HPSB) and to achieve LEED certification to a minimum at the Certified Level, under the Existing Building Operations and Maintenance (EBOM) program. Tasks may also include performing surveys of facilities; assessing facilities against the Guiding Principles and LEED®-EBOM; determining the cost to bring facilities into compliance, in addition to determining how much of the cost will impact the Facility Condition Index; and documenting the results in the assessment database. Task orders issued against this IDIQ contract for horizontal infrastructure services will include but not be limited to setting up records for infrastructure assets in the existing assessment database; collecting and reviewing available documents pertinent to NIH infrastructure systems, and verifying systems information during field surveys; providing a comprehensive visual assessment/inspection of the infrastructure assets; and identifying system deficiencies and providing cost estimates to correct the identified deficiencies. The assessment methodology, data entry and reporting of identified deficiencies will be similar method employed in the buildings assessment. Task orders issued against this IDIQ contract for data management and consulting services will include but not be limited to providing a web-based capital planning and management tool and database that is capable of housing all building assessment data; performing cost estimating for replacement and repair of building and system deficiencies identified during the assessment, forecasting buildings and systems renewal requirements; and calculating condition indices for buildings or systems to create assessment and requirement reports. All building data and documents on the condition and sustainability assessments currently stored in the FSB database will be migrated to the provided software. REQUIRED DISCIPLINES: The following disciplines may be required: Architects, Planners (Urban/Regional), Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Architectural Programmers, Environmental Engineer or Scientist, Cost Engineer/Estimators, Architectural Historians, Archaeologist, Economists, CADD Technicians, Cartographer, Ecologist, Health Facility Planner, Landscape Architect, Fire Protection Engineer. MINIMUM REQUIREMENTS (REVISED): Firms responding to this notice must certify in good faith that the firm is a small business based on NAICS Code 541330. In accordance with FAR 19.101, to be classified as a small business under NAICS Code 541330 (Engineering Services), the firm's annual average gross revenue for the past three (3) fiscal years shall not have exceeded $4,500,000. If the firm is a small business and is responding as a small disadvantaged business (SDB), the firm must provide a current SDB Certificate. Evaluation of the minimum requirements will be based on a "Go/No-Go" or "Pass/Fail" basis. Offerors that do not meet the minimum qualifications will be deemed unacceptable for this Project and will not be given further consideration. EVALUATION CRITERIA (REVISED): Firms interested in this requirement shall submit the SF 330 Architect-Engineer Qualifications as listed below (see Instructions and Submission Requirements). A. Step 1: Firms that meet the minimum requirements will be evaluated on the following criteria in relative order of importance: 1. Understanding the Requirements a. Detailed methodology to be used in Condition Assessment, Sustainability, and Infrastructure b. Data Management and Software i. Detailed information and list of software features to be used ii. Method of migrating data from existing to new database iii. Measures to ensure proper transfer of data iv. Report samples generated by software c. Consulting Service i. Consulting services provided to other clients 2. Experience of Key Personnel a. Assessment Team b. Past experience relevant to the tasks c. Professional education/training/certifications (Assessors for sustainability assessment need to be LEED certified) d. Capability and experience of consulting team e. Security background (mandatory for all personnel to pass NIH background check) 3. Corporate Experience and Capability a. Project Management b. Document control c. Data security 4. Past Performance a. Contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules B. Step 2: Discussions (interviews) will be held with the firms that make the "short-list" from the SF-330 evaluation. A scope of work will be provided to all short-listed firms. Scores of the SF-330 will also be combined or counted for firms making the competitive range or short list. Short-listed firms will be evaluated and ranked by order of preference based upon the interviews. Firms will be evaluated on the following criteria in descending order of importance: 1. Management: Organization for the project; quality control program; record on cost control and its ratio for cost of change orders to the total cost of the project; and record for on time performance. 2. Staff: Project manager's knowledge, skills and ability to lead the project; team member's knowledge, team cohesiveness; skills and ability to manage and produce the project; lead-disciplines licensed or certified to practice in the any state, District of Columbia or territory of the United States. 3. Scope: Firms shall demonstrate an understanding of the scope of work including: team's approach to site planning issues; firm's approach to the overall design of buildings; firm's ability to address specific planning/ design issues; team's master planning experience; team's master utility planning experience; team's ability to conduct environmental assessments; team's ability to conduct site evaluations and selections; team's historic preservation experience; team's ability to prepare cost estimates; the team's ability to do space planning. INSTRUCTIONS FOR SECTION E of SF-330: Interested firms shall provide the following: Identification and resumes of the firm's key personnel and their respective roles throughout all phases of the Project. Key personnel are those persons considered critical to the accomplishment of the required services. The resume of each participating key personnel shall include a description of duties and responsibilities performed by the individual, education, knowledge, skills, expertise and other qualifications relevant to the accomplishment of the Project. A statement should accompany the resume of each person for the proposed assignment acknowledging their availability. The resume for each person must clearly indicate if the person is or is not currently employed by the firm and, if not so employed, what kind of commitment or offer of employment has been made to assure availability of this person to the project. INSTRUCTIONS FOR SECTION G of SF-330: Requirements for Section G (Matrix) are waived. SUBMISSION REQUIREMENTS (REVISED): This procurement will be conducted in accordance with FAR Part 36. Interested firms shall submit the SF-330, Part I and II, and supporting qualification documents to substantiate the minimum requirements and evaluation criteria described above. Prepare separate Part II for each firm included in the proposed team. Submit 4 originals to: National Institutes of Health, Office of Acquisition, ORF, Building 13, Room 2E48, 9000 Rockville Pike, Bethesda, MD 20892, Attn: Kimberly Goodwin, no later than Friday, August 5, 2011 at 3:00PM. The following requirements apply to pages being submitted in addition to the SF-330, not the SF-330 format itself: Page limit for Part I and II: 100 pages total (double-sided page will count as 2 pages) Page size: 8.5"x11" (will allow a maximum of three 11"x17" page fold outs for chats only) Margin size: 1" at top, bottom, left, and right Minimum Font size: 10pt Orientation: Portrait Questions are due by July 15, 2011. No telephone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2011389/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02512113-W 20110729/110727234936-b7630326b203e77570f0636516f1cbb1 (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.