Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

R -- Architectural and Engineering Liaison

Notice Date
8/17/2015
 
Notice Type
Presolicitation
 
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-PSOL-15-767
 
Archive Date
9/8/2015
 
Point of Contact
Andriani Buck, Phone: 3014021677, Dorian McGavern, Phone: 3014437949
 
E-Mail Address
andriani.buck@nih.gov, mcgavernd@ninds.nih.gov
(andriani.buck@nih.gov, mcgavernd@ninds.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Architectural and Engineering Liaison HHS-NIH-NIDA-SSSA-PSOL-15-767 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-(SSSA)-PSOL-15-767 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Maris Solutions, 14820 Bauer Drive, Rockville, MD 20853, DUNS: 079379907. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, FAR Part 12--Acquisition of Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective August 4, 2015. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 541611 and the small business size standard is $15.0 million. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded that there was only one response to the combined synopsis solicitation, number HHS-NIH-NIDA-(SSSA)-15-377, which was posted on FBO on June 11, 2015 and closed on July 10, 2015. In order to revise the requirement to increase competition a four month award with two one month options is being considered; this will avoid a disruption of key services while the solicitation's scope is being changed and the requirement is being re-competed. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. 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. Purpose and Objectives The objective is to acquire a liaison to provide architectural and engineering administrative and managerial support services to facilitate renovation projects for NINDS. Project Description The individual shall work as a liaison between NINDS leadership, operations staff, Principal Investigators (PIs), construction personnel, the scientific community and other relevant stakeholders. The liaison will serve as an intermediary between the aforementioned parties as they analyze project requirements, discuss plans, formulate alternate solutions and implement decisions. Delivery/Period of Performance The anticipated period of performance is as follows: Base: 09/01/2015 to 12/31/2015 Option Month 1: 01/01/2016 to 01/31/2016 Option Month 2: 02/01/2016 to 02/28/2016 Contract Type A firm fixed price purchase order with NET30 invoicing terms is anticipated. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. APPLICABLE TERMS AND CONDITIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: FACTOR Experience of personnel •The resumes of proposed key personnel will be evaluated for documented experience with serving as a liaison for multiple projects simultaneously, presenting and collaborating with a minimum of four different departments, knowledge of construction including but not limited to swing spaces and renovation projects, and possessing scientific knowledge of a biomedical investigative community and live specimen environments in order to effectively communicate the goals of scientists in such environments. •The proposal must demonstrate, with examples, the quality and depth of education and experience, the appropriate certifications and technical qualifications of key personnel and the applicability of that experience. Similar projects must convey similarity in topic, dollar value, workload, duration, and organizational environment complexity. Understanding the project •Offerors will be evaluated on their ability to present a rational approach to the challenges that are specific to this contract given the unique concerns of scientists, construction, budget, and administrative departments. Corporate Experience/Past Performance •Offerors must demonstrate their corporate qualifications for performing the tasks under this requirement. •Previous experience of the offeror in managing similar or related contracts of comparable size and complexity will be evaluated. Cost The Offeror(s) cost/price proposal will be evaluated for reasonableness and best value to the government. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. Technical and past performance, when combined, are significantly more important, when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 6.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 24, 2015 at 8:00 am, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-PSOL-15-767. Responses may be submitted electronically to andriani.buck@nih.gov or 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 be accepted at (301) 480-1358. For information regarding this solicitation, contact Andriani Buck by email at andriani.buck@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-PSOL-15-767/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03841838-W 20150819/150817235215-06a848c1a24cec967f7484812972d10e (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.