SOLICITATION NOTICE
J -- Critical Isolation Room Air Flow Verification - Required Attachments
- Notice Date
- 3/29/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- HHSN-13-Q-002343
- Archive Date
- 4/26/2013
- Point of Contact
- Daytona H. Philpotts, Phone: 3014512716
- E-Mail Address
-
daytona.philpotts@nih.gov
(daytona.philpotts@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment #2 - IT Access Security Attachment #1 - Statement of Work (SOW) THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 (28 Feb 2013). This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is HHSN-13-Q-002343 and is being issued as a Request for Quotation (RFQ). The NAICS Code for this solicitation is 811310 and the Small Business Size Standard is $7.0 million. This action is being solicited as a Total Small Business Set-aside. Background Statement Currently the Clinical Center Complex (CCC) (defined as Warren Grant Magnuson Bldg [Bldg 10], Ambulatory Care Research Facility (ACRF) and Clinical Research Center (CRC), has a requirement to perform air quantity/quality surveys of specified critical rooms/areas of the CCC to ensure that the air flow quality/quantity meets established standards. Air quantity and quality must be maintained to ensure the safety of CCC patients, staff and visitors. Due to the critical operations of the listed isolation HVAC systems, every detail of the complicated, computerized systems must operate at design specifications to protect both patients and staff from exposure to contagious diseases, but also to prevent contamination of essential treatment products and agents that support critical organizational research goals and objectives. A list of the rooms to be surveyed monthly or bi-annually is attached (Attachment 2). The CC Office of Space and Facility Management (OSFM) is responsible for the maintenance and oversight of the CCC Air Balance Contract. Period of Performance: is for a base year (1), and up to four (4) one-year options period(s). Vendor must bid on base and option(s) to be considered. • Base Year • Option Year 1 • Option Year 2 • Option Year 3 • Option Year 4 Statement of Work (SOW) (Attachment 1 ) ***Statement of Work (SOW) Attached (see attachment for detailed) IT Access Security (Attachment 2 ) ***NIH IT Access Security Attached (see attachment for detailed) The contractor must be headquartered or have service locations within the Washington Metropolitan area. • Must be a certified member of the National Environmental Balancing Bureau (NEBB). • Must be an independent test and balance firm. • Must have a minimum of ten (10) years experience in testing, adjusting and balancing of hospital and research facilities. • Must have the qualifications to program both Siemens and Johnson control BAS systems and possesses the required programming software along with required access programming permission levels for each system. EVALUATION: In addendum to 52.212-2; the following factors shall be used to evaluate offers. A. TECHNICAL APPROACH (50%) 1) The technical approach for performing monitoring and maintenance of air flow specifications of specified critical rooms/areas of the CCC to ensure that the air flow quality/quantity meets established standards. Services that will be provided for conducting the air flow surveys (monthly and bi- annually), unscheduled visits, and emergency service, including any exclusions that may arise. A schedule for air flow balancing according to the listed equipment requirements that demonstrates an understanding of the scope, critical nature and complexity of the HVAC systems and the critical nature of the air flow specifications in these specific rooms. An example of documentation in a database of air flow measurements, analysis and problem solving imbalances of similar or like systems, including negative air flow rooms and positive air flow rooms, with the complexity of a hospital this size. An example of documentation that will be provided for unscheduled visits and emergency service visits. SCORE /25 2) Evidence of experience and qualifications in the form of: a. knowledge of the types of air balancing procedures and specifications listed in the SOW; b. technical understanding of the air flow requirements in negative pressure isolation rooms, positive pressure isolations rooms and biohazard isolation rooms, according to all established professional standards and guidelines; c. technical understanding of problem solving air flow failures, alarms and malfunctions, with examples of corrective actions recommended; d. technical knowledge and ability to program both Siemens and Johnson control BAS systems and possesses the required programming software along with required access programming permission levels for each system; e. current certification of equipment calibration by a reputable third party testing agency; f. ability of the organization to meet the time lines for service and emergency calls; g. quality control and quality assurance methods; and h. providing comparable services to other organizations of comparable size and complexity demonstrating work is according to all applicable standards and guidelines from American Institute of Architects (AIA), Procedural Standards of the National Environmental Balancing Bureau (NEBB), and American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRE). SCORE /25 B. QUALIFICATION OF PERSONNEL (15%) Resumes of available and qualified personnel within company management, as well as technicians who will provide air balancing and analysis services. Technicians must have adequate training credentials and experience to indicate meeting SOW requirements. All key personnel must be in place and fully qualified prior to award of this contract. Resumes of key personnel, especially the personnel conducting on-site air balancing services and emergency service visits, demonstrating that qualified trained personnel are available and will be assigned to this contract. SCORE /15 C. PAST PERFORMANCE (25%) Documentation to support that the organization has met these service requirements with similar projects of this size, scope and magnitude. Evidence of experience and qualifications of the firm providing comparable air balancing services to units of the same vintage/manufacturer/type, as required in accordance with the proposed SOW specifications. Names and locations of hospital and/or firms, and list names and telephone numbers of individuals representing those hospitals and/or firms, who may be contacted as references (minimum of three) who can speak to the company's quality of services, ability to problem solve deviations for air flow specifications, ability to control costs, timeliness of performance and quality of business relations. SCORE /25 D. PRICE (10% ) Provide a fixed price quote in accordance with the Statement of Work identified. SCORE /10 The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's required schedule. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. ********* The following provisions and clauses apply: FAR 52.212-1-Instructions to Offerors/Commercial; FAR 52.212-2-Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-9 -- Option to Extend the Term of the Contract; FAR 52.217-5 Evaluation of Options; FAR 52.219-6 -- Notice of Total Small Business Set-Aside Contract Terms and conditions; FAR 52.228-5 -- Insurance -- Work on a Government Installation. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) In addendum to FAR 52.212-1; Interested offerors may submit proposals electronically to this notice no later than 04/11/2013 Eastern Standard Time 5:00 p.m. Offerors may submit a completed FAR 52.212-3, or cite their Representations and Certifications on sam.gov. The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. Requests for information concerning his requirement are to be addressed to Ms. Daytona Philpotts via email only to Daytona.philpottts@nih.gov prior to close date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSN-13-Q-002343/listing.html)
- Place of Performance
- Address: NIH - 10 Center Drive, Bethesda MD, United States
- Record
- SN03024048-W 20130331/130329234326-73d258fc70a382a0347e2e2885b5a66b (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 |