Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2011 FBO #3330
SOURCES SOUGHT

Y -- Commisioning Services for Various Buildings at National Institutes of Health, Bethesda, MD

Notice Date
1/4/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Research Facilities/Office of Acquisitions, 13 South St., Room 2E43, MSC 5711, Bethesda, Maryland, 20892-5738
 
ZIP Code
20892-5738
 
Solicitation Number
HHS-NIH-ORF-AECCB-2011-001-SSHQC11391
 
Archive Date
2/3/2011
 
Point of Contact
Monali Parikh, Phone: 3014439010
 
E-Mail Address
parikhm@mail.nih.gov
(parikhm@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation or request for proposal, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: the availability and capability of qualified HUBZone small businesses; service-disabled veteran-owned small businesses (SDVOSB); or 8(a) small disadvantage businesses. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Only organizations that fall within the Small Business Program including certified SBA 8(a), HUBZone, or SDVOSB under the applicable North American Industry Classification System (NAICS) code 236220 - Commercial and Institutional Building Construction for the proposed acquisition, Small Business Size Standard $33.5 Million, should submit a response to this notice. The contract vehicle for this Commissioning Service is anticipated to be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. This procurement will include a base year with provision for four (4) 1-year option periods and the total contracts awarded including all option years will not exceed $50M. The Government intends to award (up to four) multiple IDIQ CQM contracts with a minimum guarantee of $10,000.00 each for the base period. Under this process, the Government intends to make an award(s) to the offeror(s) whose proposal(s) provide(s) the best value to the Government. The award will be issued pursuant to the Small Business Competitiveness Demonstration Program under FAR 19.10. The Contractor(s) will be responsible for providing single and multi-project CQM services described below in the Scope of Services. SCOPE OF SERVICES: NIH, Office of Research Facilities is conductiong market research for Small Businesses (SDVOSB, VOSB, WOSB, 8(a), HUBZone and SDB) that can provide Whole Building Commissioning Services. Third-party commissioning services are required for small and major healthcare, research laboratory, electrical infrastructure, chiller and boiler plant projects. The Commissioning Agent shall be capable of supporting the Commissioning Process for the design, construction, and post-acceptance phases of projects from small projects to $300,000,000.00 of construction costs. Commissioning Services shall be provided in accordance with the NIH Design Requirement Manual, ASHRAE standards, and industry applicable commissioning standards. Provide responses per the following professional qualifications. PROFESSIONAL QUALIFICATIONS: Factor 1: Relevant Experience - Evaluation that the Offeror actively performed specific Commissioning (CX) Services on two similar projects within past five (5) years. a. Prior demonstrated experience in providing comparable CX services b. Prior demonstrated experience in preparing commission plan and incorporating requirement during planning and design phase. c. Prior demonstrated experience and knowledge in performing testing of Mechanical HVAC system, Fume Hoods, Electrical system, Network Protectors, UPS, Generator and MEP systems. d. Prior demonstrated experience and knowledge of Computational Fluid Dynamics, for air distribution and testing of HVAC systems. e. Prior demonstrated experience serving as Mechanical and Electrical Engineer of Record for CX services on similar type projects. f. Prior demonstrated experience in document management and incorporating CX reports and results into electronic as-built files, using intelligent metadata. g. Prior demonstrated experience working in partnership with stakeholders and observing and recording CX requirements. h. Prior demonstrated experience in field inspection, problem solving and safety monitoring services i. Prior demonstrated experience in providing web-based Project Management Information System and providing progress and status reports. Factor 2: Management Plan Offeror shall provide a CX Management Plan for this project. This plan shall be evaluated for overall understanding of the scope of services required and the adequacy and organization of the plan and proposed team to accomplish the requirements of each task for this project. a. A Quality Assurance Plan b. Electronic Information System experience for CX reporting and documentation. Factor 3: Building Information Modeling (BIM) Capabilities Provide capability to check and monitor the contractor's BIM plans including clash coordination, schedule and constructability. The firm must demonstrate their ability to effectively utilize latest version of IFC compliant parametric Building Information Modeling (BIM) system. Factor 4: Personnel Capabilities Provide resume for key personnel to show relevant experience, and provide organization chart. a. Commissioning Firm shall have key personnel in the following disciplines: Senior Commissioning Agent, Project Manager, Building Envelope Specialist, Electrical Engineering Commissioning Specialist, Mechanical Engineering Commissioning Specialist, and Communications/Security Engineering Commissioning Specialist. b. The Senior Commissioning Agent, Project Manager and Lead Field Personnel shall have either bachelor's degrees in their discipline or certifications from recognized national Commissioning Certification Organizations. Key personnel shall demonstrate a minimum of 5 similar projects commissioning systems in their discipline. c. Commission firm shall have key personnel with LEED certified. d. Commissioning Firm shall have key personnel in the electronic document management and building information modeling with experience in production and management work using building information modeling. Factor 5: Past Performance - Evaluation of the offeror's past performance on a minimum of two (2) completed similar projects; in the last ten years that best illustrate the proposed Commissioning team's past performance substantially similar to the kinds of services described in scope of work. Disclaimer and Important Notes: This notice does not constitute any commitment by the National Institutes of Health (NIH) or obligate the Government to award a contract or otherwise pay for the information provided in response to this notice The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-AECCB-2011-001-SSHQC11391/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892-0001, United States
Zip Code: 20892-0001
 
Record
SN02354178-W 20110106/110104234458-5a4fe03dc140c6d68bc9ff007ca918b5 (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 |
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.