Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 07, 2017 FBO #5524
SOURCES SOUGHT

Z -- IDIQ Construction Management Services Coontract

Notice Date
1/5/2017
 
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
NIHOF2017155
 
Archive Date
2/23/2017
 
Point of Contact
James S Parr, Phone: 406-363-9207
 
E-Mail Address
parrj@mail.nih.gov
(parrj@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health, Office of Research Facilities, Office of Acquisitions, Hamilton, Montana is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for an Indefinite Delivery/Indefinite Quantity (IDIQ) construction management (CM) services contract. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial including Bonding requirements, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 8 February 2017. All responses under this Sources Sought Notice must be emailed to Jim Parr, Contracting Officer at (parrj@mail.nih.gov). If you have any questions concerning this opportunity please contact: Jim Parr, Contracting Officer. (406-363-9207). APPENDIX 1: Purpose and Objectives The National Institutes of Health, Office of Research Facilities, Office of Acquisitions, Hamilton, Montana, anticipates issuing a solicitation that will result in one (1) Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) construction management (CM) services contracts to a CM firm. The requirements contained within this anticipated contract will be for construction management services on Government owned property and buildings, which are located at the National Institutes of Health, "Rocky Mountain Laboratories", Hamilton, Montana. The Government anticipates that one IDIQ contract will be awarded for projects with an estimated individual cost of construction under $50.0M. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice and other market research is solely within the discretion of the Government. This sources sought identifies potential CM services on an as needed basis for a term of one (1) base year plus four (4) options years, which can be exercised at the Government's discretion. Each anticipated contract will have a maximum order limitation (MOL) of $200,000,000 (including base and 4 option years) and a Minimum Guarantee of $3,500. This will be a negotiated procurement issued in accordance with FAR Part 15. In this process, the Government anticipates to award to the most highly qualified CM firms with whom it can negotiate a fair and reasonable price. The Scope of CM services under this anticipated acquisition will include, but are not limited to: professional services in the design and construction industry for secure Biocontainment facilities, such as pre-planning, programming, design management, design review, procurement support, construction management, commissioning and post-construction support. Review of design development and working drawings for constructability and sustainability, cost estimating, participation in value engineering studies, project coordination and reporting, supervision of waste management, cost and schedule control, review of submittals, testing services, contract administration including inspection for conformance with design and specifications, change order administration, claims analysis and litigation support, and other contract quality assurance functions. The National Institutes of Health, Office of Research Facilities, Office of Acquisitions, Hamilton, Montana is seeking information on CM firms that are interested in this acquisition who qualify under the 8(a) Program, the HUBZone Program, Women Owned, and/or the Service-Disabled Veteran-Owned Small Business Procurement Program. The North American Industry Classification System Code for this potential acquisition is 236220, Commercial and Institutional Building Construction. The Small Business size standard is average annual sales and receipts for the past three years that are less than $36,500,000.00. The Government anticipates issuing the solicitation for this acquisition around March 2017. If you are an interested CM firm, please address the items below along with your Written Letter of Interest. All information submitted is subject to verification. Additional information may be requested to substantiate responses. 1. Do you meet the Small Business size standard? Otherwise, indicate if you are a large business firm and would be capable of providing a small business subcontracting plan meeting the SBA requirements. 2. Is your firm an 8(a), HUBZone Small Business, Women Owned Small Business and/or Service-Disabled Veteran-Owned Small Business (Please indicate the applicable representation(s))? (For additional information on small business size standards and small business programs, please visit www.sba.gov) 3. Submit a minimum of three (3) construction projects your firm has completed in the past ten (10) years, demonstrating experience in the following fields in the values indicated above : architectural, electrical, mechanical, structural/civil, energy conservation, fire and life safety, hazardous material abatement, work with Government Agencies, knowledge of applicable Federal regulations, value engineering, budget/cost control, scheduling, cost estimating, construction inspection, LEED certification, quality control, and commissioning for complex multi-phased projects in occupied science facilities. Indicate experience with High Containment facilities, Please limit your submission to no more than one page for each project. 4. If your company is/will be part of a joint venture, state the names of joint venture members and their business size(s). (In any joint venture or teaming arrangement the firm must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least fifteen (15) percent of the cost of the contract, not including the cost of materials, shall be performed by employees of the prime contractor per FAR clause 52.219-14(b)(3) - Limitations on Subcontracting.) 5. Provide verification letters from the appropriate entities indicating sufficient Bonding and insurance capacities for the values indicated above. Submission Instructions: As this is a Sources Sought announcement, interested Construction Management firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Jim Parr, Contracting Officer. All responses must be submitted via email to parrj@mail.nih.gov by 4:00pm MST on January 31, 2017. No hard copies will be accepted. Each response shall be reviewed by the Contracting Officer/Specialist for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. This is not a Request for Proposal (RFP).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/NIHOF2017155/listing.html)
 
Place of Performance
Address: 903 S. 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN04364712-W 20170107/170105234843-9c4719a5e796385c9e4cd69e744f976b (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.