Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SOLICITATION NOTICE

C -- D0420R0047 NCI-20-061 Prepare Bridging Documents

Notice Date
5/20/2020 6:55:33 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
IBC ACQ SVCS DIRECTORATE (00004) HERNDON VA 20170 USA
 
ZIP Code
20170
 
Solicitation Number
140D0420R0047
 
Response Due
7/12/2020 12:00:00 AM
 
Archive Date
07/27/2020
 
Point of Contact
Beall, Nicole
 
E-Mail Address
NICOLE_BEALL@IBC.DOI.GOV
(NICOLE_BEALL@IBC.DOI.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
DATE: May 20, 2020 SUBJECT: Pre-solicitation Notice for Solicitation 140D0420R0047 THIS IS NOT A REQUEST FOR PROPOSAL DESCRIPTION: This notice constitutes a synopsis for solicitation number 140D0420R0047 to be posted on or around June 5, 2020. This acquisition will be negotiated on a firm fixed price basis, awarded and administered by the United States Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services Directorate (AQD), on behalf of the National Cancer Institute (NCI). The scope of this project is Architectural and Engineering (A/E) services, consisting of furnishing architectural, interior design, structural, civil, mechanical, and electrical engineering services for the preparation and development of bridging document construction drawings, specifications, cost estimates, and other related documents and services, as necessary for the accomplishment of the proposed project. The Frederick National Laboratory for Cancer Research (FNLCR) works at the forefront of basic, translational, and clinical science with a focus on cancer, AIDS, and infectious disease. A new 25,177 gsm (271,000 gsf) Integrated Research Facility (IRF) is proposed to: � Consolidate and streamline small animal research colonies and support services � Provide space for decompression of existing research laboratories � Establish new scientific initiatives The proposed facility will house over 400 staff including laboratory-based investigators and employees associated with the research animal facility and building operations. This Program of Requirements (POR) has been developed to define requirements for design of the new IRF. The campus currently supports small research animal colonies for both Bethesda and Frederick principal investigators. Existing facilities house approximately 70,000 cage equivalents with approximately 60,000 on-site and another 10,000 off-site via contracted animal services. Research animal facilities are presently dispersed among multiple, separate aging and obsolete buildings as well as off-site contract operations for which no facilities presently exist. Construction of the IRF will allow for demolition of 32 aged and deteriorated animal related buildings totaling approximately 120,106 SF, clearing the way for future renewal of the Frederick campus and reducing maintenance costs by approximately $1.8M annually. Most of the facilities to be demolished were constructed in 1953/54 with an average age of over 45 years. Because of their age, these facilities provide poor protection against the outbreak of pathogenic rodent infections, such as the mouse hepatitis virus (MHV). Outbreaks of these infections can cost the NIH, NCI, and other organizations millions of dollars and have devastating effects on animal research as was seen during a recent (2004) outbreak of MHV on the FNLCR Campus. A state-of-the-art vivarium will provide substantially better protection against these outbreaks. The current facilities also lack sufficient back-up power in order to sustain the resident animals in the event of a significant power failure and as a result, experiments are under a constant threat of loss. In addition, the cage density in the seven main facilities is much higher than the industry benchmark, averaging 175% of this benchmark in comparison to the Bethesda campus at 105%. This substantially reduces efficiency and impacts the quality of animal care as noted by a recent outside expert who frequently serves as an Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC) inspector. With a new facility, the NCI can transition to ventilated cages, provide 100% HEPA filtered air to all animal rooms, provide redundant critical systems (air, water, power) and also have the capability to add ergonomic support systems (automatic bedding dispenser and disposal system, pit mounted cage and rack washers, more ergonomically designed autoclaves) which should substantially reduce employee occupational injuries. The Recently upgraded chiller plant will provide chilled water supply and return to the IRF. Existing boiler plant and electrical substation will be modified as required to accommodate the new facility if needed. Deliverable should be the bridging documents package along with an updated POR verification document and cost estimate. Documents shall be designed in accordance to and in compliance with the NIH Design Requirements Manual (DRM), latest update. The DRM is available for download from the web at the following site: https://www.orf.od.nih.gov/PoliciesAndGuidelines/BiomedicalandAnimalResearchFaciliti esDesignPoliciesandGuidelines/Pages/DesignRequirementsManualpdf.aspx Wage rates for these services will fall under Montgomery and Frederick counties, Maryland. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. Estimated start date is September 2020. This procurement has been set aside for Small Business. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541310 Architectural Services small business size standard is $8 Million. The Product Service Code is C1DB, Architect & Engineering Services - Construction-Laboratories and Clinics. All firms are advised that registration in System for Award Management (SAM) Database. Failure to register in the SAM Database. For more information, check the SAM Web site: https://www.sam.gov/SAM/ SUMMARY OF SELECTION CRITERIA: Firms responding to the solicitation will be expected to provide completed SF330s. Those SF330s will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions or provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration. The following criteria are listed in descending order of importance: 1. Specialized Experience 2. Professional Qualifications 3. Capacity 4. Past Performance 5. Location Detailed outline of selection criteria will be provided in the solicitation. Interested contractors are encouraged to provide their contact information to the individuals below: Contract Specialist: Margaret Kroening, (Contractor) U.S. Department of the Interior Email: margaret_kroening@ibc.doi.gov Phone: 703-964-8866 Contracting Officer Nicole Beall, Interior Business Center U.S. Department of the Interior Email: nicole_bealle@ibc.doi.gov Phone: office � 703-964-4809, mobile � 571-328-9672
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e7b35a1a795d4b92ad3a0f99f6423e63/view)
 
Place of Performance
Address: 9609 Medical Center Drive, Suite T, Rockville, MD 20705, USA
Zip Code: 20705
Country: USA
 
Record
SN05663904-F 20200522/200520230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.