SOLICITATION NOTICE
C -- “RECOVERY” – A/E Services to Support Porter Neuroscience Research Center (PRNC) Phase II
- Notice Date
- 5/26/2009
- Notice Type
- Presolicitation
- 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-09-008
- Point of Contact
- Beverly C. Johnson, , Aaron B Crawford,
- E-Mail Address
-
johnsonbc@mail.nih.gov, crawfoa@mail.nih.gov
(johnsonbc@mail.nih.gov, crawfoa@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The National Institutes of Health intends to award a sole source contract to Perkins + Will Architects (P+W) to provide A/E services for Post Design, Bidding, Construction Administration Services and Optional A/E Services for the Phase II Addition to the existing John Edward Porter Neuroscience Research Center in accordance with the American Recovery and Reinvestment Act of 2009. The contract vehicle for this A/E service is a Firm Fixed Price contract for a three-year period, with a one -year option. The total contract award value including the option year will not exceed $5M. NIH anticipates soliciting and negotiating with only one source under the statutory authority of 41 U.S.C. 253(d)(1)(B) to provide this service to meet mission critical requirements for the following reasons: • P+W created the Phase two contract documents; they are stamped by a registered architect and Principal of P+W. • P+W has the professional liability of these documents since they authored and stamped them. No other architect or engineer could work to administer the construction of these documents stamped by the P+W principal without specific authority granted by P+W and no other architect would be able to totally accept the liability of these P+W documents. • No other group has the design intent knowledge that P+W developed during the preparation of the phase two contract documents. P&W by virtue of being the author of these contract documents has spent thousands of man hours in their preparation and is the group most familiar with them. • No other A/E is familiar enough with the existing 100% documents to effectively assist the NIH in the required reprogramming and redesign of the floor plans. • P+W was initially scheduled to perform these services, but the contract vehicle expired before funds became available. The Porter Neuroscience Research Center (PNRC) was meant to be built in two simultaneous phases without interruption; however after the first phase was constructed the second phase was put on hold for funding reasons. • It would be extremely inefficient and not cost effective and probably would raise legal considerations if the owner of the documents engaged the services of any party other than P+W to provide A/E construction administration services for this project. • To recompete for these A/E services would require a significant amount of time that would delay the start of construction and the critical ARRA mission. Background The building project is the Phase II addition to the existing John Edward Porter Neuroscience Research Center (PNRC) on the National Institutes of Health campus in Bethesda, Maryland. The site is located on the west side of the campus between Old Georgetown Road, South Drive, Lincoln Drive, and Convent Drive. Currently, Porter Phase I (Building 35) is operational, and will continue to be throughout the construction process. The programmed gross square footage for Phase 2 is 293,839 sq. ft. Phase II will expand the Vivarium facility currently operating in Phase I, as well as provide Behavioral, Tissue Culture and Electrophysiology Laboratories, and Lab Support spaces with associated Break Rooms, Meeting Rooms, Offices, and lockers. Phase II will also contain an Imaging Suite. Non-Laboratory areas will contain seminar rooms, conference rooms, and a café. Scope The scope of services to be carried by P+W for the PNRC Phase II addition are as follows: 1. P+W Architects will provide A/E services for Post Design, Bidding, Construction Administration Services and Optional A/E Services to assist the NIH Project Officer in the supervision of the performance of the CM. In accordance with the requirements of the American Recovery and Reinvestment Act (ARRA) P+W will ensure compliance with the ARRA's requirement for Energy Efficient Buildings and Sustainable Design and Construction that Optimize Energy Performance, Employ integrated design principles and controls, Protect and conserve water, Enhance indoor environmental quality and Reduce environmental impact of materials. 2. As may be required, provide reprogram and redesign services. The 100% Phase 2 Contract Documents were completed by P+W Architects; but some reprogramming and redesign of the spaces will be required because of NIH changes in some user assignments. These Phase two Contract Documents also need to be reviewed for conformance to the most recent NIH Design Guidelines and assembled into the Contract Documents for construction bidding. They also will require some additional revisions to comply with the increased ARRA stimulus funding act Energy Efficient Buildings and Sustainable Design and Construction requirements. 3. Advisory Services will be provided in the following area: The Government will also conduct an activation/occupancy phase, including planning, scoping, scheduling, and specifying, procurement, receiving, installation and fit out of new scientific equipment and furniture as well as relocation of existing equipment and the actual moves of the scientists. As an option service, P+W may provide advisory services as required to support this Government activity. Services for a Construction Quality Manager (CQM) and for a Construction Manager as Constructor (CMc) are not within the scope of the proposed effort. NIH intends to issue two separate solicitations to obtain these services for the Phase II addition to the John Edward Porter Neuroscience Research Center. This notice of intent is not request for proposal A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. This procurement is not set-aside for small business. The NAICS Code for this requirement is 541330. Interested parties who believe they possess the capability to satisfy this requirement should submit a capability statement demonstrating their ability to meet this requirement. All responses must be sent in writing to Beverly Johnson, via email to johnsonbc@mail.nih.gov no later than 2:00 p.m. Eastern Time, Thursday, June 11, 2009. Contracting Office Address: National Institutes of Health Office of Acquisition/ORF Attn: Beverly Johnson Building 13, Room 1319 MSC 5711 9000 Rockville Pike Bethesda, Maryland 20892-5738
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-09-008/listing.html)
- Place of Performance
- Address: National Institutes of Health, Bethesda, Maryland 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01826809-W 20090528/090526234729-987074e35c3042142375f3b3dc9aabd9 (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 |