MODIFICATION
R -- Professional administrative and management support services
- Notice Date
- 2/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support 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, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NIAID-RFQ12026
- Archive Date
- 3/20/2012
- Point of Contact
- Jacqueline Newman, Phone: 301-496-2607, John - Foley, Phone: 301-402-2284
- E-Mail Address
-
newmanjac@niaid.nih.gov, jfoley@niaid.nih.gov
(newmanjac@niaid.nih.gov, jfoley@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation Request for Quote 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; quotations are being requested, and a written solicitation will not be issued. The solicitation number for this acquisition is NIAID-RFQ 12026 issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-55 effective February 02, 2012. The associated North American Industry Classification System (NAICS) Code is 561210 which has a business size standard of $35.5. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. All responsible sources may submit offers that will be considered by this agency. The National Institutes of Health, National Institute of Allergy and Infectious Diseases (NIH/NIAID) intends to procure facilities support services: Vendor Requirements: 1. Contractor shall provide the services of a Senior Facilities Manager. 2. Staff selected will be subject to NIH security clearance for badge issuance and entrance authorization. Failing to meet Contractor and or Government/NIH clearance processes will prohibit the individual from being hired and working on this contract. 3. Contractor will offer at minimum of two and a maximum of four resumes for review and selection. Oversight Requirements: 1. Contractor shall deploy selected staff to on-site location within NIH facilities for task execution. 2. A Contractor representative is not required to provide on-site management oversight of staff. Contractor representative, once hired, is required to be available via telephone and/or audio visual communications 24/7 to handle emergency situations. 3. Contractor to provide for travel/training and other miscellaneous requirements as authorized by the contract and upon approval by the Government Program Office. Description of Services: Services will include assistance to Senior Staff, in both administrative and project management activities related to new construction, renovations, and operations of research facilities primarily on the NIH Bethesda, Twinbrook and Rocky Mountain Laboratory (RML) campuses. The projects on the NIH campus cover approximately six buildings and with an average of 20 separate construction and/or renovation projects per year. All of these projects are Bio-safety level (BSL) 2 or 3. The projects at Twinbrook are in three buildings and are all BSL- 2, with approximately eight projects per year. Any services required for RML will be primarily performed from the Bethesda campus. RML work will consist of reviewing drawings for any renovation, to include BSL-2, BSL-3, and BSL-4. A typical renovation project consists of modifications to mechanical, electrical, plumbing, and architectural layout required for a specific piece of equipment or to support a new research initiative. Major Services provided by a Senior Facilities Manager: Tracking of contract spending for space planning/design services • Cost tracking of renovation projects on and off the Bethesda campus a. Collect invoices and verify costs in DIR internal tracking system b. Update master project financial tracking spreadsheets and develop historical database from this information • Equipment Selection/Fit-out/Procurement a. Perform research on products to be purchased b. Assist NIH/Office of Research Services (ORF) engineers/project managers with onsite assessment of fit-out needs c. Work with labs to coordinate installation and activation of said laboratories • Furniture Selection/Fit-out/Procurement a. Perform research on the specification of all laboratory equipment/casework to be purchased by researchers for their laboratory renovations/construction b. Assist engineers/project managers with onsite assessment of fit-out needs c. Work with laboratories to coordinate installation and activation • Assist with procurement and tracking of additional delivery and service contracts • Assist engineers/project managers with scheduling meetings, agenda, notes Requirements: •Correction to solicitation# NIAID-RFQ12026: In the solicitation under requirements to change/remove first bullet regarding minimum B.S. degree in Mechanical Engineering require. • Project Management certification • 10+ years experience in the field, to include familiarity with NIH research facilities and various Bio-safety laboratories. • Specific experience supervising renovations/construction in animal facility and cage wash areas, as well as in BSL2 and BSL3 high containment research facilities. • Proficiency in AutoCAD • Experience required in methodology of cost analysis, project management experience in a construction or maintenance environment preferred. • Knowledge of HVAC specifications and design methods. • Demonstrated use of organizational skills is required. • Demonstrated ability coordinating multiple ongoing projects, being proficient in tracking items to completion, possessing excellent customer service skills, and having a conscientious approach to assigned tasks is required. • Proficiency using Microsoft Office 2007 including Outlook, Excel, and Word is required. Additional experience using Microsoft Project is preferred. • Demonstrated ability operating standard office equipment such as scanners and printers is required. • Period of performance shall be for 12 months After Receipt of Order (ARO). The following factors shall be used to evaluate offers : 1) technical capability, 2)price, etc.. Place of delivery NIH/NIAID, Bethesda, Maryland 20892. The government will award a fixed price purchase order to the responsible contractor. The FOB point shall be Destination. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; Far 52.212-3, Offeror Representation and Certifications - Commercial Items; Far 52.212-4, Contract Terms and Conditions -Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). In order to be considered for an award, an offeror must have completed the electronic Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov 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. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. Copies of the aforementioned clauses are available upon request by telephone to Jacqueline Newman at (301) 301-496-2607. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 4:00 p.m. Eastern Time (ET), 03/05/2012. Delivery address through the U.S. Postal Service, NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52A, Bethesda, MD, 20817-4811. Electronic and fax quotations are not accepted. Requests for information concerning this requirement are to be addressed to Jacqueline Newman at (301) 496-2607 or newmanjac@niaid.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ12026/listing.html)
- Place of Performance
- Address: National Institute of Allergy and Infectious Disease, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02682387-W 20120226/120224234707-2cea774e54850d45840306536c6c5a71 (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 |