Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2025 SAM #8654
SPECIAL NOTICE

99 -- NCI OA Sources Sought Notice Opportunity at the Frederick National Laboratory for Cancer Research Architect/Engineering Firm - Design Services

Notice Date
8/4/2025 11:39:24 AM
 
Notice Type
Special Notice
 
Contracting Office
NIH NCI Bethesda MD 20892 USA
 
ZIP Code
20892
 
Response Due
7/30/2025 2:00:00 PM
 
Archive Date
08/14/2025
 
Point of Contact
Matthew Hull
 
E-Mail Address
matthew.hull@nih.gov
(matthew.hull@nih.gov)
 
Description
Architect/Engineering Firm - Design Services Frederick National Laboratory for Cancer Research (FNLCR) Operated by Leidos Biomedical Research, Inc. (Leidos Biomed) for the National Cancer Institute requires an Indefinite Delivery/Indefinite Quantity Subcontract for Architect/Engineer services for NCI-Frederick. Design and renovation work at the facility is done in accordance with the guidelines of the National Institutes of Health Design Requirements Manual and Leidos Biomed Facilities Maintenance and Engineering Procedures (FMEP), Guide Specifications (GS) and Standard Specifications (SS). As a prime contractor, Leidos Biomed issues subcontracts under the guidelines of the Federal Acquisition Regulations (FAR). Full Service firms or teams with architectural, civil, structural, mechanical and electrical capability are encouraged to submit their SF 330 for consideration. Four subcontracts will potentially be awarded to qualified firms. The Subcontract shall be for two (2) years with four (4) one-year options. The subcontracts shall be awarded to qualified A/E firms with experience in Biomedical Research Laboratory, AAALAC accredited Animal Facilities, and general institutional and utility/infrastructure facilities design, with a concentration on laboratory layout design, mechanical systems, especially HVAC systems, electrical systems and fire protection engineering, research laboratories and animal care type facilities including some background in current Good Manufacturing Process (cGMP). The contract shall have an estimated value between $500,000 and $1,500,000 per year. Firms may be asked to propose innovative and creative approaches to designing, maintaining and improving the facilities in keeping with current scientific technology and trends as may be applicable to the mission of NCI-Frederick. Services will be ordered by the issuance of individual task orders. Offerors to this announcement will be evaluated under the following criteria: (1) Specialized design and construction administration experience in biological laboratories and vivariums, for renovation and new building designs. Offerors must provide evidence of past performance for at least three (3) comparable projects within the past five (5) years; (2) Professional qualifications and technical competence identifying the available detailed staffing capable of performing the level of work required. The permanent full time staff shall consist of at least one in-house registered Professional Engineer (PE) in each discipline (civil, structural, mechanical, and electrical) exclusive of consultants and/or subcontractors. Other Professionals on staff in other disciplines, including Registered Architects, should be identified, but can be by subcontract or other such arrangement. Level and breadth of experience and employment turnover rate of staff are considered key factors. Mechanical HVAC and fluid support systems engineering experience is of high importance; (3) Resources to complete up to three tasks each year; (4) An implemented Quality Plan indicating a management commitment and systematic approach to ensure the highest possible product quality and customer satisfaction; (5) Demonstrated ability to effectively respond to requests for service in a timely manner, with an established office within 200 miles of Frederick, MD. Due to the age of the facilities, significant field verification is required. The type of design projects and services expected to be performed under these subcontract include: (a) Research laboratory and animal facility renovation work, with emphasis on laboratory layout design, mechanical HVAC, process and fluid support systems, and electrical power distribution and building automation systems (BAS); (b) Building additions and minor new administrative, laboratory facilities,and cGMP facilities; (c) interior space planning/design studies; (d) engineering technical support and feasibility studies and analysis in architectural, civil, structural, mechanical, and electrical disciplines; and (e) guidance and direction in implementation of new and revised codes, regulations and statutes as may be applicable to the mission of the NCI-Frederick; f) services may also require preparation of stormwater management plans and permit applications in compliance with Maryland Department of the Environment regulations; g) other required services may be needed to address Sustainable design services to include LEED� or Green Globes� certification;; fire protection, life safety, indoor air quality, energy conservation, water conservation and/or hazardous material abatement. Deliverable text packages shall be prepared in Microsoft Word compatible software. Drawings are to be in AutoCAD or Revit. Prospective offerors are to submit their statement of qualifications, SF330, including each subcontractor and consultant no later than July 25, 2025, to Matthew Hull (matthew.hull@nih.gov) The IDIQ contract is expected to be awarded on or about August 30, 2025. In order to assist the Selection Board in review of all applications, please include the following: For each project presented, provide the following information: A. Summary of project with description of technical challenges. B. Bid results as compared to your estimate and the owner�s programmed amount. C. Project team members and firm. D. Owner point of contact with title and telephone number. E. Number and dollar value of design error and/or design omission related changes. F. Original design submission schedule, owner approved time extensions, and final execution schedule (in bar chart format). Summarize your proposed team with the following data: A. Firm name B. Individual�s name C. Work history with individual or consultant firm D. Office location E. Professional degree(s) and date(s) F. Professional registrations(s), dates(s), and state(s) G. Assigned team responsibility H. Synopsis of design experience including firm name(s), years with each firm, and type of design experience with each firm. I. Summarize your team�s experience designing to the National Institutes of Health�s Design Requirements Manual.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cef8dcac96d6494191281d1eaa2e12d9/view)
 
Record
SN07534754-F 20250806/250804230044 (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.