Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2016 FBO #5279
SOURCES SOUGHT

C -- Architectural Services for laboratory, office, and hospital facilities - Sources Sought

Notice Date
5/5/2016
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural 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-16-011
 
Archive Date
6/9/2016
 
Point of Contact
Keisha Benford, Phone: 3014437883, Keisha Benford, Phone: 3014437883
 
E-Mail Address
benfordkm@mail.nih.gov, benfordkm@mail.nih.gov
(benfordkm@mail.nih.gov, benfordkm@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought THIS IS A MARKET SURVEY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL AND DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD. RESPONSES TO THIS MARKET SURVEY SHALL BE FOR INFORMATION PURPOSES ONLY. CONTRACT INFORMATION: THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO DETERMINE INTEREST AND CAPABILITY OF POTENTIAL QUALIFIED FIRMS WITH NORTH AMERICAN INDUSTRY CLASSIFICATION CODES (NAICS) 541310 - ARCHITECTURAL SERVICES OR 541330 - ENGINEERING SERVICES. THE SMALL BUSINESS SIZE IS $4.5 MILLION. The Office of Research Facilities, National Institutes of Health, Department of Health and Human Services contemplates awarding 1 (single-award) indefinite-delivery/indefinite-quantity (IDIQ) Architect-Engineer Services (A-E) contracts. It is anticipated that the award will include a base period of 1 year and 4 one-year option periods, for a potential total performance period of 5 years. Task orders issued against the IDIQ contract are anticipated to range from $2,500 to $750,000 for small business. The program ceiling for the contract awarded is anticipated not to exceed $22.5M for small business The Office of Research Facilities expects to require A-E design/A-E services to support various construction, modification, repair, and improvement of buildings and infrastructure projects within the following locations: NIH Main Campus, Bethesda, MD; NIH Animal Center, Poolesville, MD; various other campuses and facilities throughout Maryland and the United States, including Hamilton, Montana, Research Triangle, North Carolina, and Phoenix, Arizona. It is anticipated that the majority of tasks/projects will be located on the NIH Main Campus, Bethesda, MD followed by the surrounding area. PROJECT DESCRIPTION: Task orders will be issued for A-E design/A-E services for various construction, renovation, and repair of buildings and infrastructure projects, within three core facility categories including 1) Lab/Hospital/Office: 1)(a) Biomedical Research Laboratory Facilities, or "Lab" for short, 1)(b) Health Care Facilities, or "Hospital" for short, 1)(c) Office/Public Space Facilities, or "Office") for short, 2) Animal Care Facilities, and 3) Mechanical / Electrical / Plumbing / Special Utilities / Central Utilities Plant Facilities, or "Utilities" for short. Work will require design and other services including but not limited to: Programs of Requirements, Special Studies, Investigations, Surveying and Mapping, Master Plans, Programming, Design and Construction Documents, Schedules, Value Engineering, and Post Design Services to include Procurement Phase, Construction Phase (Construction Inspections, RFI's, etc.), Commissioning, Acceptance, Activation and Occupancy services. Design submittals will require building information modeling (BIM) as applicable on a per project basis. Task orders may include projects that are large in size, technically complex, and or have difficult or other unique requirements. Special attention will be, required for projects within the Clinical Center Complex in Bethesda which require close coordination with users and building managers, Joint Commission compliance, and assessment of current and proposed utility systems. The latest "NIH Design Requirements Manual" will apply. Primarily, work will require specialized experience and lead technical competence in a single core facility category 1) Lab/Hospital/Office as described below: 1) (a) Biomedical Research Laboratory Facilities, or "Labs", include, but are not limited to general and specialized biomedical and animal research laboratories and laboratory support spaces. Laboratory facilities include general, Biosafety Level 2 (BSL-2), Biosafety Level 3 (BSL-3), and Biosafety Level 4 (BSL-4). Projects may require knowledge of and experience with current Good Manufacturing Practices or Good Laboratory Practices as defined by the Food and Drug Administration. The latest published "AIA Guidelines for Planning and Design of Biomedical Research Laboratory Facilities" will apply. 1) (b) Health Care Facilities, or "Hospitals", include, but are not limited to, patient care units; outpatient clinics; intensive care units; surgical suites with catheterization laboratory; radiology, nuclear medicine, and MRI suites; pharmacy; rehabilitation; transfusion medicine; cyclotron; radiation oncology; medical gas services; pediatrics; and hospital support services. Projects may require knowledge of and experience with current Good Manufacturing Practices, for both clinical and research, as defined by the Food and Drug Administration. The latest published "AIA Guidelines for the Planning and Design of Hospitals and Healthcare Facilities" will apply. 1) ( c )Office/Public Space Facilities or "Offices", include, but are not limited to, offices, conference facilities (including the Natcher Conference Center), libraries (including the National Library of Medicine), child daycare centers, residences, lodging, commercial shops and food service, wellness centers/gyms and exterior recreational facilities, facilities for ancillary services such as fire and police, parking structures, and exterior improvements such as roadways, sidewalks, and landscaping. Secondarily, work will also require competence in the two other 2 facility categories of 2) Animal Care Facilities and 3) Mechanical/Electrical/Plumbing / Special Utilities / Central Utilities Plant Facilities, or "Utilities" as described below: 2) Animal Care Facilities include, but are not limited to, facilities for housing, care, and use of animals in experimental testing, research, and training as related to biomedical research. Animal care facilities include general, Animal Biosafety Level 2, Animal Biosafety Level 3, or Animal Biosafety Level 4. The latest published "Guide for the Care and Use of Laboratory Animals" will apply. 3) Mechanical/Electrical/Plumbing / Special Utilities / Central Utilities Plant Facilities, or "Utilities" include, but are not limited to, utilities including electrical, steam/condensate, high temperature hot water, chilled water, potable water, compressed air, medical gas, natural gas, fuel oil, storm water, and sanitary sewer distribution systems including trenches and tunnels; production facilities including steam/condensate, high temperature hot water, chilled water, waste water treatment, and electrical and satellite substations; and MEP for facilities including administration and office facilities, libraries, animal care facilities, research laboratories, healthcare facilties, firehouses, daycares, residences, lodging, parking structures, landscaping and irrigation systems, security facilities (fencing, booths, and barriers), computer and data processing facilities, vehicle inspection facilities, and warehouses. SELECTION CRITERIA: Interested qualified firms capable of performing the tasks described above are invited to submit four (4) copies of their qualification statements to the address listed below. Qualification Statements shall not exceed 45 pages, single sided, (no hyperlinks or electronic media), and shall contain the following: SUBMISSION CRITERIA: (1) Submit the firms' general qualifications in a format similar to the SF 330 Part II. (2) Submit contract-specific qualifications for this IDIQ contract in a format similar to the SF 330 Part I. (3) Submit additional information requested. To expand upon the Submission Criteria listed above as (1), (2) and (3): (1). Provide your firm's and general qualifications to address item 1 below in a format similar to the SF330 Part II for the firm and each branch office that will have a key role in the proposed contract. (1)(a) Highlight Company Information in a format similar to blocks 1 through 8c of the SF 330 Part II, including business category (i.e. 8(a), SDVOSB), relevant NAICS Code, and DUNS Number. (1)(b) In a format similar to blocks 9 and 10 of the SF 330 Part II, profile the firm's and each branch office's experience and employees by discipline relevant to the 1) Lab/Hospital/Office core facility category first and follow for the other 2 core facilities and annual average revenue for the last 5 years to include profile code, for example H09; Hospitals & Medical Facilities; L01, Laboratories, Medical Research Facilities; P12, and revenue index number. (2). In a format similar to Part I of the SF 330 to provide your firm's specific qualifications for this IDIQ contract by highlighting the proposed team and relevant projects worked on by the firm and key personnel as well as the role of key personnel on each project. (2)(a) In a format similar to Part I Block C., Proposed Team, describe the proposed team and their role in this contract (2)(b) In a format similar to Part I Block D., Organizational Chart of Proposed Team, attach an organizational chart highlighting roles of key personnel. Describe the organizational structure to include Key Personnel proposed for this contract and their relevance to either base contract or task orders. (2)(c) In a format similar to Part I Block E., Resumes of Key Personnel Proposed for this Contract, describe each key management personnel and lead project (task order) managers proposed for this project by name, role, years of experience, firm name, education, and current professional registrations. In a format similar to Part I Block E. 19., Relevant Projects, list and briefly describe 11 projects worked on by each key person, to highlight the most current or relevant projects (completed within the last 5 years) in the 1) Lab / Hospital / Office core facility category. Describe 3 such projects for each of the other 2 core facility categories. Number of projects submitted must assure that the entire submittal does not exceed the total page limit. Include beginning and ending contract price, beginning and ending date of the project, customer name and point of contact. Indicate if you are/were the prime or sub-contractor. (2)(d) In a format similar to Part I Block F., Example Projects Which Best Illustrate Proposed Teams' Qualifications for this Contract, highlight relevant experience by briefly describing scope and nature of 11 of the most current or relevant projects (completed within the last 5 years). Highlight relevant experience for 5 projects in the 1) Lab / Hospital / Office core facility category and 3 projects for each of the other 2 core facility categories. Number of projects submitted must assure that the entire submittal does not exceed the total page limit. Include beginning and ending contract price, beginning and ending date of the project, customer name and point of contact. Indicate if you are/were the prime or sub-contractor. Indicate project title and location to identify each project in front of relevant experience and identify as core facility category 1), 2), or 3) that the project addresses. (2)(e) In a format similar to Part I Block G., Key Personnel Participation in Example Projects, cross reference Example Projects to key personnel. (3) In a format similar to Part I Block H, Additional Information, provide the following additional information requested: (3)(a) Summarize current contract activities/commitments; (3)(b) Describe the firm's link to sufficient local labor and resources to accomplish work of this nature for each of the core facility categories; (3)(c). Describe the firm's ability to manage simultaneous work efforts such as concurrent task orders not exceeding $1M or $750,000 for small business; and (3) (d). Describe the firm's access to capital resources/funding to undertake work of similar scope to that which is contemplated. Send three (4) copies of your qualification statements to the attention of Keisha Benford, National Institutes of Health, Office of Research Facilities, A-E & Construction Contracts Branch, 9000 Rockville Pike, Building 13, Room 2E47, Bethesda, Maryland 20892. Responses must arrive by 2:00 pm, May_25_, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-16-011/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04107033-W 20160507/160505234521-766883d2871d584b36e004f0567cb0db (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.