Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2005 FBO #1210
SOLICITATION NOTICE

R -- Professional, Administrative and Management Support Services

Notice Date
3/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ5024
 
Response Due
4/5/2005
 
Archive Date
4/20/2005
 
Small Business Set-Aside
Total Small Business
 
Description
17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is issued as a Request For Quotes; RFQ5024. This RFQ is a small business set aside. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-27. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code for this acquisition is 541690 and the small-business size is $6 million. SCHEDULE: The NIAID is soliciting quotations from offerors with the capability to oversee the development of a Bio-safety level (BSL) 2, 3 and 4 facilities that will be utilized to conduct clinical research in bio-defense using a ?medical approach? in animal models. The successful candidate will manage and oversee the planning, coordination and implementation of the NIAID?s planned Integrated Research Facility and will guide the project development of this facility as a Program Manager from its concept through the initial construction phases. The successful offeror will interface with internal program contacts, such as, the NIH Office of Research Facilities (ORF); as well as, external contacts, such as, the Department of Defense, the Department of Homeland Security and non-government architect, engineering and construction management organizations. As the Program Manager, the contractor will be responsible for the management and oversight of the project during the design and initial construction phases. Other duties include but are not limited to are as follows: program guidance, revision and oversight; maintaining clear communications by participating in group meetings with NIAID and other interagency officials; monitoring milestones relevant to the ORF; identifying and overseeing operational management needs. The successful candidate to serve as the Program Manager must meet the following minimum qualifications to be eligible for award: a) at least twenty-five (25) years (which must include some senior level) cumulative experience in the fields of architectural and engineering design, project management and construction management; b) management of at least five (5) years construction projects costing at least $50,000,000.00 each; c) at least 5 years of specialized experience working as a Project Manager on NIH laboratories with BSL - 3 emphasis; d) past experience in BSL ? 4 facility planning; e) at least eighteen (18) months of work as a Project Manager in a NIH laboratory with a specific Biodefense scientific mission; f) at least two (2) years experiences in Computer Aided Design and Drafting (CADD); and g) a U.S. citizen. Award will be made as a best value determination based upon price and other factors. The government reserves the right to make award to other than the lowest price offeror. Offers will be evaluated on the following factors: 1) Technical acceptability, to include meeting the eligibility criterion; 2) an understanding of NIAID high-containment programs as distinguished from other nationally planned high-containment laboratories, to include an organizational understanding of NIAID and the specific and unique role it plays in Biodefense research and the dynamics of NIAID interagency level communications and meetings; 3) Approach to Program Management Services specific to this program to include the delineation of work plans, work schedules and documented deliverables and planning for overcoming difficulties regarding communication and coordination, as well as the organization of the program with clear lines of responsibility; and 4) price. The place(s) of performance are Bethesda, MD and other areas within a 60-mile radius of Bethesda, MD. Occasional travel is also required. The period of performance will be twelve (12) months. The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Item; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ; FAR 52.212-4 Contractor Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders ? Commercial Items; and FAR 52.204-7 Central Contractor Registration (www.ccr.gov). The Government intends to select the offer that represents the best value to the Government, price and all other factors considered. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time (EST), April 5, 2005 to Ms. Roshawn Simpson. Copies of the aforementioned clauses and the Statement of Work are available upon request by telephone to Ms. Roshawn Simpson at (301) 594-3419. For delivery through the Postal Service, the address is AMOB/NIAID/NIH, 10401 Fernwood Road, Suite 2NE-70, Room/2NE-70F, MSC/4812, Bethesda, MD 20892-4812. Electronic transmissions will not be accepted. Requests for information concerning this requirement are to be addressed to Ms. Roshawn Simpson at (301) 594-3419. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this agency.
 
Place of Performance
Address: National Institutes of Health,, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00771468-W 20050320/050318211835 (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.