SOURCES SOUGHT
C -- ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES (ECMS)
- Notice Date
- 2/23/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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-SBSS-16-004
- Archive Date
- 3/24/2016
- Point of Contact
- Kimberly Goodwin, Phone: 301-451-7243
- E-Mail Address
-
Kimberly.Goodwin@nih.gov
(Kimberly.Goodwin@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- A. SOURCES SOUGHT THIS IS A SOURCES SOUGHT AND NOT A REQUEST FOR PROPOSAL. The National Institutes of Health, Office of Research Facilities seeks to determine the availability of Engineering firms with North American Classification Industry System Code 541330 (Engineering Services) and the Small Business Size Standard of $15.0M to provide ENGINEERING AND CONSTRUCTION MANAGEMENT SERVICES (ECMS) in support of the Division of Design and Construction Management at the NIH, Bethesda, MD. It is the Government's intention to award a fixed firm-priced contract for estimating services consisting of one (1) base year and four (4) Option periods. B. PROJECT BACKGROUND As a part of the U.S. Public Health Service under the Department of Health and Human Services, the National Institutes of Health (NIH) is the Federal Government's primary biomedical research agency. The NIH's mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce the burdens of illness and disability. Composed of 27 Institutes and Centers, the NIH provides leadership and financial support to researchers in every state and throughout the world. The NIH Office of Research Facilities (ORF) supports the NIH mission by providing, maintaining, and operating safe, healthy, and attractive facilities. ORF's Division of Design and Construction Management (DDCM) is responsible for the oversight of the design, construction, repair and renovation of all NIH facilities and infrastructure. DDCM's Design and Technical Services Branch (DTSB) is responsible for providing a broad range of design and construction project management services, including quality assurance inspections, estimating and scheduling support. C. PROJECT DESCRIPTION The Design and Technical Services Branch seeks a highly qualified, credentialed contractor with proven experience to provide assistance with Engineering and Construction Management Services (ECMS) in support of this mission. The extent of ECMS shall encompass demolition, renovation, modification, repair and new construction of facility and infrastructure projects at the following NIH locations: • Main Campus, Bethesda, MD; • Animal Center, Poolesville, MD; • Leased facilities in Bethesda, Rockville, Gaithersburg, and Baltimore, MD; • The Integrated Research Facility, Frederick, MD • Gerontology Research Center (GRC), Baltimore, MD. Facilities and infrastructure shall include, but not be limited to, the following types of spaces: • Clinical and patient care units and all related areas to include general, surgical and specialized hospital spaces. • General or highly specialized biomedical research laboratory spaces and all associated support areas to include Bio-safety level BSL-2, BSL-3, and BSL-4 laboratory. • General or highly specialized animal spaces and all associated support areas. • Current Good Manufacturing Practices (cGMP) rated facilities. • Office, administrative, public and all associated support areas. • Interior and exterior utility systems including chiller and steam plants, electrical vaults, etc. • General Purpose areas such as paving, roofing, building exteriors, hardscaping, and utility efficiency upgrades to mechanical, electrical and architectural systems. D. DESCRIPTION OF THE BASE ECMS The services are to be performed in a timely and expeditious manner and shall principally consist of the following general activities: 1. Meetings: Under the direction of the Project Officer (PO), schedule, attend, conduct and document as may be required, construction related meetings attended by the Project Team, Constructor and/or other interested parties, to discuss technical issues, procedures, progress, problems, coordination, scheduling and/or other appropriate matters. 2. Conduct Site Surveys to determine: • As-built and/or existing conditions • Scoping issues • Energy use • Utility use, etc. 3. Conduct Construction Field Observations / Inspections to keep the Government informed of progress, quality of work, and deficiencies in the work of the construction Contractor. This includes, but is not limited to the following general inspection activities: • Perform on-site field observation of the construction to verify conformance of the work with the contract documents. • Maintain a daily inspection report(s) of all events that occur at the construction site which affect, or may be expected to affect, project progress. The inspection reports shall be available to the PO at all times and shall be turned over to the PO on completion of construction. • Provide photographic records documenting significant events or conditions that occur on the construction site. • Identify work that does not conform to the contract requirements and notify the construction Contractor(s) and PO when work requires correction. Notify the PO when the corrective work is completed. • Review the accepted Site Specific Safety Plan developed by the Constructor, and during construction monitor construction site safety, identifying work practices and Personal Protective Equipment (PPE) that do not conform to NIH safety standards and OSHA labor standards. • Evaluate the percentage of completion of construction to aid in evaluating contractor payment applications • Conduct Inspection of Stored Items, if required • Verify that the construction Contractor is maintaining up-to-date contract record documents. • Conduct / assist with Final / Punchlist and Acceptance inspections 3. Shutdown Support - Assist the PO with facilitating / coordinating utility shutdown requests in support of the construction. 4. As-Builts Support - Assist the PO in review of the Constructor's as built drawings to ensure that they are accurate and updated, prior to turn over the A/E. 5. Scheduling, to include but not limited to: • Assist in planning project schedules • Review and/or monitor project Design and/or Construction schedules 6. Observe Testing / Inspection Services: Observe testing, provided by others, as required by the contract documents, to include, but not limited to, the following: • Soils type, compaction, drainage, perk, etc. • Concrete and precast concrete strength, reinforcing, slump, w/c ratio, etc. • Structural steel connections and welding, steel decking, applied fireproofing. • Roofing type, leaks, thermal imaging • Curtain walls/glazing water infiltration, seals, thermal imaging, etc. • Building envelopes water infiltration, thermal imaging, etc. • Electrical panel loading, tracing power distribution, etc. • HVAC equipment operation/functioning 7. Commissioning Support during Construction: The ECMS contractor shall cooperate and participate in the Commissioning process to include, but not limited to the general following activities: • Collaborating with the Commissioning Agent (CxA) in execution of the Commissioning Process • Attendance at Commissioning Meetings • Preparation / Review of construction documentation in support of the Commissioning process • Review and completion of startup and pre-functional documentation. • Review of functional testing procedures and Functional Performance Tests (FPT's) • Collaboration with CxA in the execution of Functional Performance Testing. E. SUBMISSION REQUIREMENTS Firms with capabilities to perform the services described in this Sources Sought announcement are invited to submit the following: 1. Part II of the SF330 form; [Note - Standard Form 330 can be obtained at: http://www.gsa.gov ]. 2. Letter of Interest The Letter of Interest shall not exceed two (2) pages and shall contain at a minimum the following information: a. Company Contact Information to include: • Firm Name • Primary Point(s) of Contact, with telephone number(s) and email address(es) • Firm Mailing Address and Telephone Number • Company's NAICS Code and Small Business Classification (i.e. Large business, Small business, Woman-owned, Veteran, etc.) • DUNS Number • If applicable, interested 8(a) firms shall state their current 8(a) certification data with the Small Business Administration. • If applicable, HubZone small business firms responding must provide proof of their HubZone certification status. b. Brief description of the firm's core services. 3. Qualification Statement The Qualification Statement shall not exceed fifteen (15) pages and shall contain at a minimum the following information: a. Provide no more than six (6) similar projects performed within the last ten (10) years, or in progress, which best demonstrate your firm's experience providing Engineering and Construction Management Services (ECMS) on projects similar to the NIH requirement. b. At a minimum, the six (6) similar projects shall describe one research laboratory project and one infrastructure project, as defined below. c. Similar Projects to the NIH Requirement are defined as projects similar in complexity, type and size, as follows: 1. Facility Types include: • Clinical and patient care units and all related areas to include general, surgical and specialized hospital spaces. • General or highly specialized biomedical research laboratory spaces and all associated support areas to include Bio-safety level BSL-2, BSL-3, and BSL-4 laboratory. • General or highly specialized animal spaces and all associated support areas. • Current Good Manufacturing Practices (cGMP) rated facilities • Office, administrative, public and all associated support areas. • Interior and exterior utility systems including chiller and steam plants, electrical vaults, etc. • General Purpose areas such as paving, roofing, building exteriors, hardscaping, and utility efficiency upgrades to mechanical, electrical and architectural systems. 2. Complexity - Special considerations, to include, but not limited to: • Physical Security restrictions / limitations / requirements • Anti-Terrorism / Force Protection (AT / FP) restrictions / requirements • Special / Interim Life Safety measures • Construction Risk Assessments • Occupied space(s) restrictions/ limitations • Access restrictions • Off-hours working requirements • Vibration / noise / access limitations • Hazardous Materials Abatement / Remediation • Joint Commission requirements (for hospital) • Special Area restrictions, i.e. infectious or immune compromised areas within a hospital space 3. Size - Projects with construction costs ranging between $100,000 and $3,000,000. d. For each Similar Project narrative include the following information: 1. Contract Number 2. Owner and Address 3. Brief description of the Project, including facility size (square footage) and construction value. 4. Description of Engineering Construction Management Services performed, including: • Type of ECMS service(s) provided • Describe any specialized or Third Party services provided, if any. • Special conditions, codes, standards and /or requirements 5. ECM Services Contract Price and Period of Performance. 6. Technical Point of Contact, with telephone no. and email address 7. Contracting Official, with telephone no. and email address All qualified interested firms are requested to submit an electronic copy of their completed SF330 Part II, Letter of Intent and Qualification Statement, via email, to the Contracting Officer, Ms. Kimberly Goodwin at: Kimberly.Goodwin@nih.gov The submission shall be received on or before by 12:00 pm, EST on Wednesday, March 9, 2016. The email subject line shall read: Source Sought HHS-NIH-ORF-SBSS-16-004 - Engineering and Construction Management Services Qualification Statement. At this time, no solicitation exists, therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-16-004/listing.html)
- Place of Performance
- Address: National Institutes of Health, Office of Acquisition/ORF, Building 13, Room 2E48, 13 South Drive MSC 5711, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04027712-W 20160225/160223234641-1a6bcc2f1c46cb79e91f68737f8ef73d (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 |