SOURCES SOUGHT
Z -- NHLBI General Handyman Services
- Notice Date
- 2/5/2015
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- HHSN-NIH-NHLBI-SBSS-2015-069
- Archive Date
- 3/7/2015
- Point of Contact
- Jonathan M. Lear,
- E-Mail Address
-
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Title: NHLBI General Handyman Services This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The NHLBI does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought notice, the NHLBI may issue a Request for Quote (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NHLBI shall arise as a result of a response to this Sources Sought notice or the NHLBI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The NHLBI is seeking capability statements from all eligible small business concerns under the North American Industry Classification System (NAICS) code 561990 with a size standard $11.0M. Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set-Aside. All eligible small business concerns responding to this Sources Sought Announcement must have the capabilities to provide the services as stated below. Background The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), frequently requires general handyman services to perform a wide variety of tasks within various NIH research laboratory and office spaces. Purpose and Objectives NHLBI requires general handyman services in support of staff throughout various research laboratory and office spaces on the main NIH Campus in Bethesda, Maryland, and other NIH facilities as occupied by NIH personnel or in support of the NIH mission. The purpose of this contract is to provide general handyman services for everyday minor tasks that are generally considered ‘carpentry' in nature and do not involve alteration of building infrastructure or utilities. Typical tasks covered under this contract generally include the repair, fabrication, reconfiguration, and relocation of casework items and furniture to improve aesthetics and / or functionality. Typical tasks shall not include any mechanical, electrical, or plumbing work. Tasks to be Performed The contractor shall provide services such as, but not limited to: -Modification of existing metal laboratory casework including various bench-top materials using primarily existing and/or salvaged materials. Occasionally, some supplemental casework accessories and/or bench-top materials shall be ordered by the contractor to complete the task. -Modification of existing wood millwork including various countertop materials using primarily existing and/or salvaged materials. Occasionally, some supplemental millwork accessories and/or countertop materials shall be ordered by the contractor to complete the task. -Disassembly, relocation, modification, and reassembly of existing and/or new office system furniture. Occasionally, some supplemental furniture accessories shall be ordered by the contractor to complete the task. -Modification of existing shelving configurations in laboratories and offices. Occasionally some supplemental shelving materials and/or accessories shall be ordered by the contractor to complete the task. -Installation of various window treatments. -Installation of acoustical treatments. -Repair suspended and drywall ceilings. -Patching and touch-up painting of walls and ceilings. -Repair and installation of various flooring finishes. -Wall mounting of various items such as large format televisions, computer monitors, projection screens, picture frames, artwork, whiteboards, tack boards, coat hooks, cylinder restraints, and room signage. -Careful relocation of heavy/large laboratory equipment from one location to another. Some equipment may be delicate or fragile in nature. Proper safeguarding of equipment shall be required. -Relocation of surplus items and equipment to Government owned or leased storage facilities on and off campus. Travel distance to storage facilities will typically be less than forty (40) miles. Period of Performance The ordering period of performance is estimated to be for five (5) years. Capability Statement / Information Sought Interested parties are expected to review this notice to familiarize itself with the requirements of this project. Failure to do so will be at your firm's own risk. The following information shall be included in the capability statement: -A general overview of the respondents' opinions about the difficulty and / or feasibility of the potential requirement, and any information regarding innovative ideas or concepts. -Information in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. -The respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the North American Industry Classification System (NAICS) code: 561990 - All Other Support Services, with a small business size standard of $11.0M. -Any other information that may be helpful in developing or finalizing the requirements of the potential acquisition. Capability statements must demonstrate experience with similar projects and will be evaluated by the following criteria: -Understanding the requirement and adequacy of the proposed approach (i.e. understanding of the unique procedures and logistical requirements that must be followed when completing work on and off campus); -Qualifications and experience of the proposed personnel (i.e. demonstrated experience should range from small scale individual tasks to larger more complex projects that require the effective coordination of several employees with various assigned tasks); and, -Corporate experience and resources (i.e. demonstrated successful past performance in providing these types of handyman services). Closing Statement Interested qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed ten (10) single-sided pages (including all attachments, resumes, charts, etc.) presented in single-space and using a 12-point font size minimum, that clearly details the ability to perform the aspects of the notice described above and in the draft SOW. All proprietary information should be marked as such. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferably placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. All capability Statements sent in response to this SOURCES SOUGHT notice must be submitted electronically (via email) to Jonathan Lear, Contracting Officer, at learj@nhlbi.nih.gov in either MS Word or Adobe Portable Document Format (PDF), by February 20, 2015 at 12:00PM, EST and must reference synopsis number HHSN-NIH-NHLBI-SBSS-2015-069. All responses must be received by the specified due date and time in order to be considered. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. 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. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHSN-NIH-NHLBI-SBSS-2015-069/listing.html)
- Place of Performance
- Address: National Institutes of Health/NHLBI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03634839-W 20150207/150205235904-7cea4346c99d2db6952b9757edb0b230 (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 |