Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2002 FBO #0229
SOLICITATION NOTICE

Z -- Building 10 Revitalization Interim Renovations and Moves

Notice Date
7/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, Rm 538, Rockville, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
292-02-P(CL)-0336-Solicitation
 
Point of Contact
Barbara Taylor, Contracting Officer, Phone 301-435-4333, Fax 301-402-2166,
 
E-Mail Address
Taylorb@mail.nih.gov
 
Description
SOLICITATION NOTICE for a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Fixed Price Task Order Contract. National Institutes of Health, Construction Contracting Branch, ORS, 9000 Rockville Pike, Bldg. 13, Room G800, Bethesda, Maryland 20892. INTEGRATED SERVICES TO PLAN, MANAGE AND IMPLEMENT RENOVATIONS AND MOVES FOR LABORATORIES, OFFICES AND ANIMAL FACILITIES FOR VARIOUS BUILDINGS THAT WILL PROVIDE SWING SPACE FOR THE BUILDING 10 REVITALIZATION PROGRAM, AND RELATED PROJECTS ON THE MAIN CAMPUS OF THE NATIONAL INSTITUTES OF HEALTH (NIH) BETHESDA, MARYLAND AND ASSOCIATED FACILITIES WITHIN A FIFTY (50) MILE RADIUS OF THE BETHESDA, MARYLAND CAMPUS, TASK ORDER CONTRACT (TOC). The Solicitation Number for this announcement is 292-02-P (CL)-0336 (This is a Full and Open Competition). The National Institutes of Health (NIH) plans to enter into a TOC for planning, management, and implementation of renovations and moves services for laboratories, offices and animal facilities for medium to large relocation and renovation projects on the NIH campus in Bethesda, MD and other NIH controlled facilities within a fifty (50) mile radius of the Bethesda, MD campus. The contract type will be fixed price, indefinite quantity. The acquisition includes a base contract period of 48 months and two 36 month option periods. If exercised, all option periods plus the base contract period total 120 months or 10 years. The contract total ceiling is $300 million. A minimum of $100,000 is guaranteed to the awardee at the time of award of the contract. The maximum individual order is limited to $25 Million. BASIS OF AWARD: The award will be based on an evaluation of the Offerer's technical and price proposals. The following conditions must be met for any offer to be eligible for further consideration: (1) The offer must be deemed responsible, in accordance with the standards in FAR Subpart 9.1. (2) The Offerer's proposal must fully comply with all laws, regulations, and the conditions set forth in this solicitation. Proposals, which are unrealistic or non-responsive in terms of evaluation factors including past performance, technical/management quality, or price coefficients will be deemed indicative of a failure to comprehend the risks and complexity of the proposed contractual requirements herein, and will be rejected. Among those offers satisfying the above conditions, the Government will select the proposal representing the "best-value" and which will be most advantageous to the Government. Evaluation of each proposal will be an integrated assessment of each Offerer's ability to plan, design, implement and manage effectively large, multiple, simultaneous, inter-related multi-discipline move and renovations projects of various sizes and in various geographic locations within the geographic radius described earlier in this solicitation. In selecting the offer deemed most advantageous to the Government, the following factors will be considered. Refer to Section L & M of the solicitation for detailed descriptions in each category. Award will be made considering PAST PERFORMANCE, TECHNICAL/MANAGEMENT & SMALL DISADVANTAGED BUSINESS FACTORS AND COST. All evaluation factors other than Cost and Price, when combined, are significantly more important than Cost or Price. Past Performance is considered equal in importance to the Technical/Management Factors and when considered together are more importance than Price (See Section L & M of the Solicitation). Cost data to be contained in the Offerer's price proposal in accordance with Section B of the Solicitation, entitled "Price Proposal". Offerers are advised the Government intends to evaluate proposals and award a contract without discussions with Offerers (except communications conducted for the purpose of minor clarifications). Therefore, each initial offer should contain the Offerer's best terms from a management and cost standpoint. However, the Government reserves the right to conduct discussions later if determined by the Contracting Officer to be necessary. The Solicitation will be released 15 calendar days after publication of this announcement on or about August 2, 2002 and the proposals due per the solicitation documents. Solicitation documents, including specifications, will be available at the following web site: http://ccb.od.nih.gov . A pre-proposal conference and site visit will be held on August 14, 2002 at the National Institutes of Health, Building 40, Room 1224, 9000 Rockville Bethesda, Maryland, from 3:00 P.M. - 5:00 P.M. Interested Offerors are urged to attend but attendance is not mandatory. All responsible sources may submit an offer, which will be considered. Offerors shall state the solicitation number and title when inquiring about information on this project. Per FAR 5.207 (c) (XV).
 
Place of Performance
Address: National Institutes of Health, Building 13, Room G800, MSC-5711, 9000 Rockville Pike, Bethesda, MD
Zip Code: 20892-5711
Country: USA
 
Record
SN00118498-W 20020719/020717213439 (fbodaily.com)
 
Source
FedBizOpps.gov 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.