SOLICITATION NOTICE
S -- NIH Facilities Management Services - East West Inc- CBA - Building Info - Room Group Summary - Detailed Cleanable Space - Public Room Group - SOW - Disclosure of Lobbying - SF1449 - Off Campus Map - Room Groups - Bldg 10 - CBA-Akima
- Notice Date
- 9/22/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- NIHODM920170021
- Point of Contact
- John D Best, Phone: 3014023063
- E-Mail Address
-
Bestj@od.nih.gov
(Bestj@od.nih.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This information details building information for this solicitation. This is an attachment to the SDF1449 This information details building information for this solicitation. This is an attachment to the SDF1449 This information details building information for this solicitation. This is an attachment to the SDF1449 This information details building information for this solicitation. This is an attachment to the SDF1449 SF1449 Solicitation This information details building information for this solicitation. This is an attachment to the SDF1449 The main purpose and objective of this contract is to obtain the best quality facility maintenance services at flexible pricing, provide NIH building occupants optional levels of cleanliness, function, safety and allow for increases/decreases in the square footage and services to be provided under the contract based on budgetary resources. This information details building information for this solicitation. This is an attachment to the SDF1449 This information details building information for this solicitation. This is an attachment to the SDF1449 This information details building information for this solicitation. This is an attachment to the SDF1449 This information details building information for this solicitation. This is an attachment to the SDF1449. Collective Bargaining Agreement between East West Inc. and Local Union 572. The National Institutes of Health (NIH) has responsibility for conducting, supporting, and promoting biomedical research. NIH seeks to improve the health of American people through increasing the understanding of processes underlying human health, disability, and disease. The NIH supports biomedical and behavioral research domestically and abroad. Furthermore, NIH conducts research in-house in laboratories, primarily in the Bethesda-Rockville, Maryland area and works to distribute medical knowledge to the public. The main purpose and objective of this contract is to obtain the best quality facility maintenance services, provide NIH building occupants optional levels of cleanliness, function, safety and allow for increases/decreases in the square footage and services to be provided under the contract. This is a solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice and file attachments. This announcement constitutes the only solicitation for this requirement. This is issued as a request for proposals (RFP). Normally, in accordance with FAR 5.204, the contracting officer synopsizes a proposed contract action before issuing any resulting solicitation. However, in keeping with judicial circumstances and time constraints synopsizing a Pre-solicitation notice was prohibited. This is a 100% set-aside for 8 (a) Program for small business concerns expressly certified by the Small Business Administration (SBA) for participation in the 8 (a) Program and is solicited under NAICS 561210. The small business size standard for this NAICS is $38.5M. A Firm-Fixed Price (FFP) type contract will be awarded will be procured via the 8 (a) Set Aside Program. ALL CONTRACTORS must be registered with the System for Award Management (SAM) to be considered for an award of a Federal contract; the web site for registration is www.sam.gov. This requirement is mandated by the Debt Collection Improvement Act of 1996. Additionally, offeror's must cite their Dun and Bradstreet (DUNS) number on proposals submitted in response to this requirement. This solicitation and contemplated contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of all clauses and provisions may be accessed electrically at: www.sam.gov. Offeror's must thoroughly review the SF1449 solicitation for the list of required services, supplies), critical requirements, environmental preferable products, terms and conditions and insurance requirements deemed mandatory for this acquisition. Contractors shall quote a price for all services and supplies in the SF1449 and SOW, to be considered for award. See attachment to the SF-1449 the complete scope of services and attachments herein. For the price evaluation, the Government will evaluate price proposals of offerors for award purposes by adding the total price for all options and additional services to the total price for the Base Contract. Award of options will not obligate the Government to exercise them. The contractor shall furnish all the necessary personnel, material, equipment, and services (except as otherwise specified) to successfully perform the required Facilities Maintenance Services. Please see attached solicitation (SF1449) for the scope of work and full specifications. The statement of work is a performance based service. The statement of work states the Government's requirement in terms of what must be done and describes the required quality level of the services performed. It does not state detailed procedures for accomplishing the work unless there are safety, security, communication, or other special requirements. It is the responsibility of the Contractor to ensure that sufficient manpower is provided to meet the performance standards specified. The size of this project is expected to be no less than 500,000 square feet and not more than 5,000,000 square feet of cleanable space. The square footage currently being serviced under contract is 4,053,115. The anticipated period of performance is one twelve-month base year commencing on December 11, 2017 through December 10, 2018 and four (4) twelve-month option periods. The Facilities Maintenance Services will be provided at the following location: The National Institutes of Health 9000 Rockville Pike Bethesda, MD 20892 And various off-site facilities in Frederick, MD A pre-proposal conference will be held with prospective offerors on October 16th, 2017 10:00 am at the National Institutes of Health, Building 13 1E81. Due to space limitations, each prospective offeror will be limited to only two representatives allowed to attend. Attendance is not a prerequisite for submitting a proposal. Interested parties are responsible for monitoring the website to ensure they have the most up to date information regarding this acquisition. The closing date for receipt of proposals by the Government is November 8, 2017 3PM EST. FAR 52.212-1, Instructions to Offerors-Commercial and addendum, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. (See attached SF1449 solicitation for additional information). ALL OFFERORS SHALL SUBMIT A completed SIGNED copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, shall be submitted with proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and addendum, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see attached solicitation for additional FAR clauses and provisions applicable to this acquisition. Questions from interested parties shall be limited to ten (10) questions total from September 25, 2017 to October 16, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHODM920170021/listing.html)
- Place of Performance
- Address: NIH, Division of Facilities Operations & Maintenance (DFOM), Office of Research Facilities, Building 13, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04690089-W 20170924/170922231004-ee2efb383759803fb8c4bd15b40eaf05 (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 |