SOLICITATION NOTICE
R -- Architectural and Engineering Liaison - Statement of Work
- Notice Date
- 6/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-(SSSA)-15-377
- Archive Date
- 7/25/2015
- Point of Contact
- Andriani Buck, Phone: 3014021677
- E-Mail Address
-
andriani.buck@nih.gov
(andriani.buck@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work COMBINED SYNOPSIS / SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-(SSSA)-15-377 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82 effective May 7, 2015. This acquisition is set aside 100% for small businesses. The associated NAICS code 541611 and the small business size standard $15.0. STATEMENT OF OBJECTIVES The objective is to acquire a liaison to provide architectural and engineering administrative and managerial support services to facilitate renovation projects for NINDS. Title: Architectural and Engineering Liaison The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life and reduce illness and disability. The National Institutes of Health is comprised of 27 Institutes and Centers. The National Institute of Neurological Disorders and Stroke (NINDS), is one of those member institutes. The NINDS' mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. NINDS DIR seeks an independent contractor to provide day-to-day, on-site liaison services of an architectural and engineering nature to satisfy the overall operational objectives of the National Institute of Neurological Disorders and Stroke. It is anticipated that the number of spaces requiring Architectural and Engineering support and therefore requiring attention from the liaison will increase during the duration of this agreement. The individual shall work as a liaison between NINDS leadership, operations staff, Principal Investigators (PIs), construction personnel, the scientific community and other relevant stakeholders to serve as an intermediary between the aforementioned parties as they analyze project requirements, discuss plans, formulate alternate solutions and implement the finalized plan to provide services and deliverables through to successful project completion. Scope of Work The contractor shall: 1.Serve as a liaison between leadership, construction and scientific communities for multiple projects simultaneously. 2.Serve as a point of contact between the Scientific Director, EO offices, NINDS investigators, and NIH facility management. 3.Prepare and present planning and status reports for project officer approval. 4.Collaborate with leadership, construction, scientists, and financial personnel to ensure funding and timeline goals are met. 5.Possess the knowledge to work in biomedical investigative and active Continuity of Operations (COOP) environments. 6.Possess experience assisting in successfully relocating individuals and groups of 1 - 500 people and their technical environments, labs, utilities, furniture, etc. 7.Possess an understanding of planning swing spaces. 8.Shall have experience presenting plans and obtaining buy-in from leadership, construction, finance and scientific communities. 9.Possess an Occupational Safety Hazard Administration (OSHA) Certificate 10.Shall have strong organizational, interpersonal and time / management skills. Key Personnel Requirements Certifications required of the candidate: 1.Certified Professional Engineer (PE) 2.Certified Construction Manager (CCM) 3.LEED Accredited Professional (AP+BD+C) Key personnel proposed for the current position must possess: 1.Either a Bachelor's degree in an Engineering specialty related to construction; Or a Bachelor's degree and 4 years' experience with HVAC, electrical, utilities, etc; 2.AND 8+ years' Federal Government construction/renovation experience; 3.AND 5+ years' experience in laboratory projects; Qualifications should be easily identifiable in a resume or a clearly delineated section of the proposal. Period of Performance Base Year: September 1, 2015 - August 31, 2016 Option Year 1: September 1, 2016 - August 31, 2017 Option Year 2: September 1, 2017 - August 31, 2018 Option Year 3: September 1, 2018 - August 31, 2019 Option Year 4: September 1, 2019 - August 31, 2020 Please refer to the attached Statement of Work for further detail, specifications, and evaluation criteria. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated on: Item #Technical Requirements Score Points 1Demonstrate ability to consult with leadership, construction and scientific communities regarding multi-function collaboration to accomplish Investigative Spaces from concept to fruition. Demonstrate ability to understand and be able to accurately communicate technical, construction, budget/ finance, new tenure track hire and NINDS leadership data and points of view, present and advance tradeoffs in manner that facilitates concurrence from all parties. 10 2Demonstrate ability to simultaneously serve as a liaison for 15-20 projects at the same time meeting the objectives of each.10 3Demonstrate ability to act as point of contact among Scientific Director (SD) and EO offices, NINDS investigators, and NIH facility management.10 4Demonstrate ability to collect data, generate detailed status and planning reports for project officer approval, and present reports to top to mid-management leadership, to construction teams, and to investigative and experimenting scientists.5 5Demonstrate ability to collaborate and coordinate among leadership, construction, scientific and budget/finance communities to ensure efficient use of funding and to adhere to schedule for new and renovation projects.5 6Demonstrate sufficient knowledge of shaping a biomedical investigative environment containing HVAC, nitrogen(N2), carbogen (CO2O2), carbon dioxide (CO2) [lab vacuum, lab gases, lab air], bio-hazard storage, freezer farms, fume hoods, bio-safety cabinets, air tables, centrifuges and vivariums so that concerns from different parties regarding biomedical investigative environments can be addressed, detailed, and properly relayed to the appropriate parties.10 7Demonstrate experience operating in an active Continuity of Operations (COOP) environment containing live research specimen since liaison services in such an environment may be necessary and knowledge of the environment will be necessary to serve as an effective intermediary in such situations. Please see http://www.ors.od.nih.gov/ser/depc/Pages/coop.aspx for more detailed information.10 8Provide evidence of the ability to ensure that renovation projects proceed on schedule and on budget, to inform SD and EO or equivalent offices of possible deviations from schedule and budget, and to collaborate with staff to find solutions that may arise thereby keeping projects on schedule and within budget. 8 9Demonstrates familiarity with and ability to work with NINDS' Continuity of Operations (COOP)/Emergency personnel and team responders in the event of building emergencies by giving specific experience of employing protocols working with emergency personnel and team responders.8 10Evidence of strong communication skills: oral, written, and in presenting material to a group. 10 11a.Display an ability to collaborate with the appropriate parties in the oversight and implementation of a chlorination system for animal vivarium which houses an average of 12,000 mouse/rat cages. Currently, the water system is contaminated, research is affected and behavioral studies are also affected; the ability to serve as an intermediary in order to help resolve these and/or similar challenges should be detailed. 5 11b.Display an ability to collaborate with the appropriate parties in the oversight of the study and renovation of an animal quarantine area including the assessment of HVAC and installation of ducted biosafety cabinets.3 11c.Display an ability to serve as a liaison with the parties involved with the renovation of specifically designed animal holding areas that must be continued for virus-infected rodents. 6 Technical Score:100 KEY PERSONNEL REQUIREMENTS Key personnel proposed for the current position must possess: 1Either a Bachelor's degree in an Engineering specialty related to construction; Or a Bachelor's degree and 4 years' experience with HVAC, electrical, utilities, etc;Pass/Fail 2AND 8+ years' Federal Government construction/renovation experience;Pass/Fail 3AND 5+ years' experience in laboratory projects;Pass/Fail Certifications required of the candidate: 1Certified Professional Engineer (PE)Pass/Fail 2Certified Construction Manager (CCM)Pass/Fail 3LEED Accredited Professional (AP+BD+C)Pass/Fail The evaluation will be based on the evaluation of the proposal in relation to the scope of work and the evaluation criteria. Paramount consideration shall be given to the evaluation of technical factors. Although technical factors are of paramount consideration in the award, cost or price is also important to the overall task order award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. However, cost or price may become a critical factor in source selection in the event two or more offers are determined to be essentially equal following the evaluation of all factors other than cost or price. Cost-price will be evaluated for reasonableness in relation to the requirements of the contract. In addition, a final best-buy analysis will be performed taking into consideration the results of the technical evaluation, cost-price analysis, and the offeror's ability to complete the work within the Government's required schedule. An award will be made to the offeror whose proposal conforms to the requirements of the scope of work and is most advantageous to the Government with technical merit, cost-price, and other factors considered. The Government reserves the right to reject any or all offers or any part thereof and to waive any minor informality or irregularity in offers received. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by July 10, 2015, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-15-177. Responses must be submitted electronically to andriani.buck@nih.gov and by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted. The hard copy documents must comply with FAR 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper. Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) (a) Definitions. As used in this clause- Postconsumer fiber means- (1) Paper, paperboard, and fibrous materials from retail stores, office buildings, homes, and so forth, after they have passed through their end-usage as a consumer item, including: used corrugated boxes; old newspapers; old magazines; mixed waste paper; tabulating cards; and used cordage; or (2) All paper, paperboard, and fibrous materials that enter and are collected from municipal solid waste; but not (3) Fiber derived from printers' over-runs, converters' scrap, and over-issue publications. (b) The Contractor is required to submit paper documents, such as offers, letters, or reports that are printed or copied double-sided on paper containing at least 30 percent postconsumer fiber, whenever practicable, when not using electronic commerce methods to submit information or data to the Government. (End of Clause) The technical proposal excluding all cover pages, table of contents, resumes and cost proposals must be limited to twenty five (25) pages in length. The font for both the technical and cost proposal must be either 11 or 12 point Arial or Times New Roman. Contact Andriani Buck at andriani.buck@nih.gov for information regarding the solicitation. Questions should be limited to five (5) per vendor and be submitted by June 22nd, 2015. Responses to questions for clarification will be posted as a modification to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-15-377/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03761411-W 20150613/150611235234-d8c54ce2d9bdab1e64d64c5a51027562 (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 |