SOLICITATION NOTICE
R -- Planning on Interior Finishes and Infection Control Measures within the Inpatient Rare Infectious Diseases Unit
- Notice Date
- 9/5/2014
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- 14-016513
- Point of Contact
- Daytona H. Philpotts, Phone: 3014512716
- E-Mail Address
-
daytona.philpotts@nih.gov
(daytona.philpotts@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- The Department of Health and Human Services (DHHS), at the National Institutes of Health (NIH), Clinical Research Center (CRC), Office of Facilities and Space Management has a need to procure services for a survey of existing conditions and recommendations for updates to interior finishes and infection control materials and to provide end-user input on strengths and weaknesses of current finishes, including infection control measures, and research design solutions. Upon government consideration of the survey and recommendations, it is anticipated that the deliverables are specification documentation and presentation boards which will be approved by the Government. This procurement is for high level, strategic identification and specification of interior finishes and infection control measures to utilize in bringing the hospital finishes current and refresh worn components. This is only a planning contract; no purchasing, construction design, or renovation is expected as a component of this contract. There is a unique facility at the CRC that has a specially designed infectious diseases unit (only one of the four in the United States) which prevents transmission to the other patients or staff. It has experienced extensive wear over the last 10 years due to age. This unit is to be updated in December 2014-January 2015 timeframe and extensive renovations need to be considered and prioritized. 1. Evaluate the current hospital environment to identify finishes that are worn or no longer meet current infection control standards. a. Examples of worn finishes include nursing stations, handrails, window coverings, walls and corners, patient room seating. b. Examples of infection control include sinks, automatic fixtures, flooring, privacy curtains. 2. Evaluate the pediatric behavioral health unit, family day rooms and atrium seating to identify opportunities to improve the healing environment and patient experience. 3. Recommend, and specify as needed, materials and finishes to support the evaluated CRC spaces. 4. Assist in the development of a strategic approach to updating the CRC while maintaining hospital operations. 5. Ensure that all patient safety and protocols are followed as certain areas are still used in hospital operations. 6. Maintain safety and health standards for patients and contracted-staff and provide minimal impact to the operations. It is anticipated that a Purchase Order will be issued for a period of performance of approximately 19 weeks from date of award. It is the intent of the Government to sole source the requirement to: ZGF /AEI/KPFF/Joint Venture 1223 SW Washington Street Suite 200 Portland, OR 97205-2360 The statutory authority for other than full and open competition is 41 USC 253(c)(1) as implemented by FAR 6.302-1, only one responsible source. This is a follow-on action to the original design of the CRC where ZGF was chosen as the architects of the CRC and specific hospital protocols for special units that prevent rare infectious diseases. ZGF can provide the breadth of experience in the latest standards in clinical care and infection control with staff that were instrumental in creating the original basis of design, including knowledge of our facility's needs in treating high risk patients from around the world. The CRC being only one of four hospitals in the US to take such patients, it is critical that the timeframe of 19 weeks be maintained and that the patients are minimally impacted. This is not a solicitation for competitive quotes. However, if any other interested party determines that it can meet the requirements, it may submit a statement of capabilities, which if timely received, by the stated due date and time. Award will be made using FAR 13.5, Simplified acquisition procedures, current through Federal Acquisition Circular (FAC) 2005-76. The determination to compete or not complete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Please indicate NIHCC-14-016513 on your response. This is not a Request for Quote. Sources interested in this requirement must provide a statement of capabilities in sufficient detail to determine if the requirements of this synopsis can be met. Responses must be in writing and must be received within seven (7) calendar days from the date of this notice. A determination by the Government not to compete the proposed contract based on responses from this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested Offerors should submit their capability statement not exceeding fifteen (15) pages in length, excluding standard brochures. The capabilities response shall be e-mailed to: Daytona.philpotts@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/14-016513/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03498205-W 20140907/140905235440-905f7993df69d0b779d1984b70d22849 (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 |