Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1998 PSA#2051

National Institutes of Health, Office of Procurement Management, Acquistions Branch C, Bldg. 13, Room G800, Bethesda, MD 20892-5057

Y -- UPGRADE AND REPAIR FIRE SEPARATION ASSEMBLIES SOL BH001 DUE 032698 POC Robert Harsha, NIH, 9000 Rockville Pike, Bldg. 13, Room G800, Bethesda, MD The National Institutes of Health has a requirement to procure construction services to upgrade and repair fire separation assemblies within the Building 10 Complex, Clinical Research Center, at the Bethesda, Maryland Campus. The Building 10 Complex is a 3.2 million square foot. Facility incorporating Health Care, Ambulatory Health Care, Laboratory and Business uses. An Indefinite Quantity Contract structured on a unit price cost method basis is anticipated. The estimated price range of this contract overall a 5-year period is between $5,000,000 and $6,000,000 dollars. The contract will be awarded for a base year of approximately $1,000,000 to $1,500,000, with a guaranteed minimum of not less than $50,000, and four (4) potential one-year option periods of approximately $1,000,000 each, with a guaranteed minimum of not less that $50,000. Multiple awards may be made. The contractor is expected to furnish and install all materials, equipment and labor necessary to upgrade and repair selected fire separation assemblies throughout the NIH Building 10 complex. Work will involve construction of temporary work barriers, selective demolition, asbestos abatement, installation of UL listed firestop systems as well as upgrades, repairs or replacement of existing fire rated wall, shaft and floor assemblies. Project will be constructed in multiple phases or "project areas" of various sizes and scope complexity. Contractor may be expected to provide work within multiple areas during normal work-hours or off-hours. Each project task order will be bid and constructed based on a unit price concept. The contractor will be expected to conduct pre-construction surveys of each project area with a NIH construction representative to determine the extent of repairs or upgrades required in each area. Payment to contractor will be based on actual quantity of units installed multiplied by a fixed unit price for each unit. Contractor will be required to coordinate all work with the NIH construction representative, Office of Design, Construction & Alterations Branch, NIH Fire Prevention Office, as well as manufacturers technical representative with respect to proper UL listed fire stop repairs. This synopsis is for information and planning purposes only, and does not constitute a solicitation for bids or proposals, and is not to to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this synopsis. When solicited, it is intended that this procurement will to be reserved as a small business set-aside. However, if an expression of interest and submission of capabilities is received from two or more firms in the SBA 8(a) Program or firms who are not in the 8(a) Program but are small disadvantaged, and the Contracting Officer is able to make a decision that two or more 8(a) firms or small disadvantaged business firms are capable of satisfying this procurement need, based on the capabilities statements and background information submitted, then this procurement will to be solicited on a set aside basis restricted to firms in the 8(a) Program or as a small disadvantaged business set aside. The capabilities information will to be evaluated on factors that include: 1) Recent (within last 3 years) specialized experience of the firm in upgrades and repairs to fire separation assemblies in occupied facilities. Specific attention will to be paid to the firm's experience in the proper selection and use of UL listed fire stop/fire penetration products. 2) Qualifications and experience of proposed key staff and consultant personnel, including technical skills and project management experience on projects of similar size and complexity. 3) firms present and projected workload and emphasis on this contract, and it's past record of meeting schedules for concurrent projects. 4) geographic location with respect to the general geographic location of the NIH Bethesda Campus. Preference will be given to firms located within a 100 mile radius. Respondents should indicate if they are in the 8(a) Program or their status as a small and disadvantaged business not in the 8(a) Program. Respondents will not be notified of the results of the evaluation of information submitted. Small Business contractors who are not in the 8(a) Program or who are not considered to be small and disadvantaged need not submit capabilities information since a contracting officer's determination has been made that there is a reasonable expectation that two or more small business firms are capable of submitting a successful bid or proposal. (0070)

Loren Data Corp. http://www.ld.com (SYN# 0135 19980313\Y-0019.SOL)


Y - Construction of Structures and Facilities Index Page