Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOURCES SOUGHT

Y -- Demolition and Limited Build-Back Construction Services

Notice Date
2/12/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 427, Room 12, Frederick, MD, 21702
 
ZIP Code
21702
 
Solicitation Number
H04-823A
 
Response Due
3/15/2004
 
Point of Contact
Sherry Eash, Sr. Subcontracts Specialist, Construction Subcontracts, Phone (301)846-5637, Fax (301)846-6541, - Vicki Linton, Subcontracts Specialist, Phone (301)846-1460, Fax (301)846-6541,
 
E-Mail Address
seash@ncifcrf.gov, vlinton@ncifcrf.gov
 
Small Business Set-Aside
Total Small Disadvantage Business
 
Description
This is a sources sought synopsis seeking potential small disadvantaged firms (for the purposes of this solicitation, Small disadvantaged businesses includes small disadvantaged, 8(a) certified, small woman-owned, small veteran-owned, and Hub Zone businesses) that have an interest in submitting as a prime contractor, an offer to accomplish demolition and limited build back construction services at the National Cancer Institute Frederick (NCI-Frederick) and various off-campus locations located in or near Frederick, MD. The 2002 NAICS Code for this effort is 236220 (size standard $28.5 million average annual receipts for preceding three fiscal years). We are requesting that all interested and qualified firms respond to this sources sought notice with the following information: (1) summarize how your company is uniquely capable and qualified to handle select demolition and build back construction services within occupied laboratory buildings, utility spaces, and offices; (2) summarize at least 3 complex demolition projects with build back construction included, completed within the last 3 years. The list of relevant projects should include *names of the project team members and firm, *owner point of contact (contracting officer and QAE/inspector) with titles, phone and fax numbers, *project scope, with identified interfaces, *type of contract, *project safety record, *original demolition schedule and cost vs. final schedule and cost, and *unique characteristics encountered within the execution of the project and approaches taken to minimize impacts; (3) provide information to demonstrate the company?s dedication, and proactive approach to safety. Include current training levels for key individuals within the company as well as the company?s Experience Modification Rate (E.M.R.); (4) provide the resumes of key individuals who could be assigned to the proposed project, such as the onsite Superintendent, Safety Representative, and Project Manager. The proposed key individuals shall have the ability to communicate effectively orally and in writing; (5) Geographic location of the firm to ensure timely response to needs for on-site support and demonstrated ability to quickly mobilize the workforce to the Frederick area; and (6) bonding: provide your bonding capacity per subcontract/action. Performance and Payment bonds will be required on all Task Orders valued at $25,000.00 or more. This information is required in writing, and failure to provide information on any of the criteria above (#1 through #6) may result in your firm being excluded from further consideration. Please limit your responses to no more than 25 pages. Information must be received by March 15, 2004. Information packages consisting of 10 pages or less can be faxed to the attention of Sherry Eash, Sr. Subcontract Specialist, at 301/ 846-6541. Packages of more than 10 pages should be sent to the attention of Ms. Eash at SAIC Frederick, Inc., P.O. Box B, Frederick, MD 21702-1201. Upon closing of the submission period, information packages will be reviewed against the qualifications listed above, and down-selected to the most qualified companies to provide the required services. The companies not selected will be notified in writing that they did not survive the down-selection process. The remaining companies will receive a Request for Proposal (RFP) package for a single Time and Materials (T&M), Indefinite Delivery/Indefinite Quantity (ID/IQ) subcontract for demolition and construction. SAIC-Frederick reserves the right to make no award. The proposed procurement will be issued as a T&M, ID/IQ solicitation. The scope of work includes, but is not limited to, demolition, modification, and/or construction build-back. Individual task orders will be issued on a T&M basis. Price rates for various labor classifications will be pre-established. Tasks will be awarded with the intent that work will begin in earnest within two (2) working days of receiving SAIC-Frederick approval of staffing levels and composition, and a ramp-up plan for the assigned task. Work will be under the general supervision of an SAIC-Frederick employee (Contracting Officer?s Technical Representative, COTR); however specific labor supervision will remain the responsibility of the Subcontractor. Due to the nature and the need for expeditious response for the majority of the demolition and build back construction services, the selected Subcontractor will be required to maintain a staffed office within one hundred (100) mile proximity of Ft. Detrick, and will be expected to obtain all necessary permits for work accomplished at any off-campus locations. SAIC Frederick will not directly reimburse the Seller for costs associated with staffing and maintaining this office. The acquisition includes a base period of approximately sixteen (16) months, with two 1-year option periods, if exercised, for a total duration of forty (40) months. The estimated maximum dollar value for the first year and each of the option years is $500,000. The guaranteed minimum dollar amount for the first year and each of the option years is $0. The maximum individual order limitation will be $50,000.00, and the minimum individual dollar limitation will be $1,000.00. This sources sought notice is step 1 of a 2-step procurement, and should not be construed in any manner to be an obligation on SAIC Frederick?s part to issue a subcontract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request.
 
Place of Performance
Address: National Cancer Institute Frederick (NCI-Frederick) and various off-campus locations in or near Frederick, MD
Zip Code: 21702
Country: USA
 
Record
SN00521351-W 20040214/040212212102 (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.