MODIFICATION
Z -- New Construction, Alterations, Repairs, and Rehabilitation of various Facilities at the National Institutes of Health, Poolesville, MD and other associated locations in the Metro/Baltimore area
- Notice Date
- 11/7/2002
- Notice Type
- Modification
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
- ZIP Code
- 20892-7663
- Solicitation Number
- 292-03-P(CM)-0110
- Point of Contact
- Gina Jackson, Contracting Officer, Phone 301-435-4326, Fax 301-402-2166,
- E-Mail Address
-
jacksong@mail.nih.gov
- Description
- SOLICITATION NOTICE: Solicitation No. 292-03-P-(CM)-0110. Indefinite Delivery Indefinite Quantity (IDIQ) Multi-Award Task Order Contract for Medium to Large Projects Encompassing New Construction, Alterations, Repairs, and Rehabilitation of Various NIH Facilities at the NIH Campus in Bethesda, Md., Poolesville, Md., and other associated locations in the Washington Metropolitan and Baltimore area. The National Institutes of Health, DHHS plans to enter into a Multi-Award IDIQ Fixed Price Task Order Contract for medium to large projects encompassing new construction, alterations, repairs, and rehabilitation at the NIH campus in Bethesda, Md., the Animal Center in Poolesville, Md., and other associated locations in the Washington Metropolitan and Baltimore area. The contract contains a base year period of 12 months and four potential consecutive option years, if exercised, for a total duration of 60 months. The contract will have a maximum aggregate contract ceiling of $300 million. A minimum of $100,000.00 is guaranteed to each awardee within one year of contract award. The maximum individual order limitation is $10 million and the minimum is $750,001.00. The Contractor shall provide all management, supervision, labor, materials, tools, and equipment for complete and total performance of the executed task orders against the contract. The following conditions must be met for an offeror to be eligible for further consideration: (1) The offer must be deemed responsible, in accordance with the standards in FAR 9.1 (2) The offeror?s proposal must fully comply with all laws, regulations and the conditions set forth in this solicitation. Proposals which are unrealistic in terms of management, technical quality or cost or price will be deemed indicative of a failure to comprehend the risks and complexity of the proposed contractual requirements herein, and will be rejected. Among those offers satisfying the stated conditions, the Government will select the proposal representing the best-value and which will be most advantageous to the Government for the master contract as well as for the follow on task orders. Evaluation of each proposal will be an integrated assessment of each offeror?s ability to manage effectively and simultaneously multi-discipline projects of various sizes and various geographic locations. In selecting the offers deemed most advantageous to the Government, refer to Section M of the Solicitation for detailed descriptions in each category. Award will be made considering Past Performance, Technical Management Factors that include Relevant Experience, Management Plan (On/Off Site), and Subcontracting Management Capabilities and Cost or Price Factors (to be evaluated by the CO). All evaluation factors other than cost or price, when combined are significantly more important than cost or price. Technical proposals will be ranked or rated by an adjectival method. Rating for evaluation factors will be Excellent, Acceptable, Marginal or Unacceptable. Cost and Pricing factors will be evaluated. Each individual task order will be competitively negotiated using the best-value practice and will be based on the following factors: 1) Past Performance; 2) Quality of Deliverables; 3) Ability to Meet Schedule Requirements; 4) Relevant Experience; and 5) Cost Price. Offerors are advised that the Government may evaluate an award without discussion with offerors (except communications conducted for the purpose or minor clarifications). All responsible sources may submit a proposal that will be considered by the agency, per FAR 5.207(d)(2)(xv). The solicitation will be issued on or about November 27, 2002. The date and time of the Preproposal Conference will be listed in the solicitation notice which will be posted on the Construction Contracts Branch website at http://ccb.od.nih.gov
- Place of Performance
- Address: The NIH Campus in Bethesda, Md., Poolesville, Md., and other associated locations in the Washington Metropolitan and Baltimore area.
- Zip Code: 20892-5711
- Country: USA
- Record
- SN00201439-W 20021109/021107213313 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |