Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
SOURCES SOUGHT

C -- Professional Architecture/Engineering Services to provide design Services for comprehensive infrastructure upgrade and modernization of Bldg 29 Complex

Notice Date
2/28/2012
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural 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-SBSS-012-003
 
Archive Date
3/29/2012
 
Point of Contact
Josephine Chutta, Phone: 3014963135
 
E-Mail Address
chuttaj@mail.nih.gov
(chuttaj@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A MARKET SURVEY.THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. THIS MARKET SURVEY DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD. RESPONSES SHALL BE USED FOR PLANNING PURPOSES ONLY AND SHALL NOT COMMIT THE NATIONAL INSTITUTES OF HEALTH (NIH) TO ISSUE A SOLICITATION FOR THIS REQUIREMENT THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO DETERMINE INTEREST AND CAPABILITY OF POTENTIAL QUALIFIED SMALL BUSINESSES (SUCH AS HUB ZONE, 8(A), WOMEN-OWNED or SERVICED DISABLED VETERANS) WITH NORTH AMERICAN INDUSTRY CLASSIFICATION CODES (NAICS) 541310 - ARCHITECTURAL SERVICES OR 541330 - ENGINEERING SERVICES. THE SMALL BUSINESS SIZE IS $4.5 MILLION Project Description: The National Institute of Health (NIH) anticipates issuing a Request for SF 330 Qualification Statements for professional Architectural/Engineering Services to provide the Design and Construction Documents and Construction Administration services for a comprehensive infrastructure upgrade and modernization of the Building 29 complex (Buildings 29, 29A and 29B) on the NIH Bethesda Maryland campus; including a total renovation of Building 29A and its systems to fully comply with all applicable codes, standards and guidelines; enhancing safety and security; increasing adaptability and flexibility; integrating technology and reducing energy use. The comprehensive scope of the A/E Services may involve all architectural and engineering design disciplines, including, but not limited to: scientific research laboratory and vivarium programming and planning, base building core and shell architecture; civil engineering and landscape architecture; mechanical, Building Automation Systems,electrical, and plumbing engineering including energy modeling; structural engineering including seismic analysis, vibration analysis and blast protection; building code, life safety, & fire protection consulting; exterior envelope, vapor barrier and waterproofing consulting vertical transportation (elevator) consulting; lighting consulting (exterior and interior); security consulting including vehicular and pedestrian access control, electronic, and perimeter; telecommunications consulting; sustainable design consulting including LEED certification; accessible design; geotechnical engineering; environmental engineering including an industrial hygienist; parking/traffic consulting; interior design; acoustical and audio-visual consulting; exterior building identification and interior way finding signage; and furniture, fixtures, and equipment consulting. Building 29 New construction shall be limited to that required to access new vertical transportation systems, constructed between Buildings 29 and 29A as part of the Building 29A scope of work. The Building 29A Program of Requirements (POR) will include new administrative spaces serving the scientific program in Building 29A but located in Building 29. Building 29A New construction shall be provided to support laboratory, laboratory support and administrative facilities on the upper three (3) floors with capacity for specialty BSL-3 and/or cGMP facilities on the top floor. New construction to support Vivarium facilities shall be made on the basement level and a connection shall be made to Building 29B. New construction shall include all utility and interior systems, exterior windows, roofing and penthouse enclosures. Elevators and stairwells shall be upgraded and a new stairwell and break area shall be constructed on the East side of the center of the building. The renovation shall include complete demolition of all interior components in the facility, including non-structural partitions, doors, ceilings, finishes, laboratory casework, mechanical, electrical, plumbing, fire protection, telecommunications and security systems. Exterior windows, roofing and penthouse enclosures shall be replaced. All exterior brick and mortar shall be surveyed and replaced where necessary. It shall also include the remediation of hazardous materials and the removal of all laboratory and Vivarium equipment. Building 29B New construction shall be limited to that required to connect new mechanical, plumbing and electrical infrastructure located in Building 29A serving Building 29B to their respective distribution systems. Minor new construction may be required at the basement level to transition between vivarium renovations in Building 29A serving vivarium space located in Building 29B. All interested Small Businesses including, HUBZone, 8(a), Service Disabled Veteran Owned Business, or Women Owned Small Business contractors should respond to this office in writing by mail on or before due date listed below. Responses shall include: (1) Identification of the interested small business (to include company name, address, DUNs, NAICS code, small business size and point of contact); (2) A short description and dollar value of each current project and percentage of completion; (3) Past Experience - Provide a brief description of projects completed within the last 5 years or substantially complete which are similar to this project in size, scope, and dollar value. Projects considered similar in scope to this project include upgrade / modernization / renovations of major laboratory research facilities with complexity and construction costs as indicated in this notice. With each project experience provided, include the owner; date when the project was completed or will be completed, location of the project, contract amount; size of the project construction cost, the portion and percentage of work that your firm performed, whether or not the project was design/bid/build or design/build, and a description of how your firm's experience relates to the proposed project. (4) Demonstration of knowledge, experience and capabilities of your team in performing work using Building Information Modeling (BIM); (5) Demonstration of knowledge, experience and capabilities of your team in performing work using the NIH Design Requirements Manual. (6) Description of which portion of the work you performed with your workforce (utilizing in-house skills) vs. which portion you sub-contracted, (7) Description of Sustainable Design experience in energy reduction strategies such as: chilled beam technology, energy recovery, LED lighting for exterior and/or task lighting and the use of renewable energy sources, such as use of recovered material, photovoltaic systems, geothermal and solar hot water. SUBMISSION REQUIREMENT Interested qualified Businesses capable of performing the tasks described above shall send responses to the Contracting Officer by 3:00 PM; March 14, 2012 EST at the address indicated below. DO NOT MAKE PHONE CALLS OR SEND E-MAILS. The Government will neither pay for any material provided in response to this market survey nor return the data provided. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future request for SF 330 announcements separately from responses to this market survey. The Capability Statement of Qualifications shall not exceed 10 single-sided pages of 8 ½"x11" size paper, and shall address the following: (1) Company information to include name, point(s) of contact(s); email address(es), physical/mailing address, telephone number, any small business self-certified category (e.g. woman owned and service-disabled veteran-owned and 8(a)) certification, DUNS number; (2) Provide firm's current and relevant design experience relating to the tasks described above including the - scope and nature of at least three (3) of the most current or completed comparable projects within past 5 years to include size of the project, delivery method, beginning and ending dates, contract price, beginning and ending dates of the project, customer name and point of contact, point of contact email, mailing address and telephone number, indicate if you were the prime or sub-contractor; (3) Explain what experience your company has had with managing multiple tasks simultaneously, include whether cost and schedule were met, and number of changes that occurred. Provide the number of task orders/contracts managed concurrently and the performance ratings assigned by the customer for those tasks. Additionally, brochures or other pre-printed material may be submitted to address the above capabilities/qualifications under the condition that they are included in the page count subject to the above threshold limitation. Send four (4) hard copies and four (4) CDs containing the information requested above to arrive at the address below by the date indicated. Design Contract duration: 12 to 14 months Estimated Construction Magnitude: $50M to $100M Construction Duration 30 to 36 months NAICS Code: 541310 and 541330 (Architectural and Engineering Services). Contracting Point of Contact: National Institutes of Health 13 South Drive, RM 2E48 MSC 5711 Bethesda, MD 20892 Attn: Josephine Chutta Posted Date: 02/28/2012 Response Date: 03/14/2012, 3:00 pm Eastern Standard time
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-012-003/listing.html)
 
Place of Performance
Address: National Institutes of Health (NIH) Bethesda Campus, 9000 Rockville Pike, Bethesda,, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02685009-W 20120301/120228235349-3ed133877c08f6bc1402d3ef882d1c82 (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 |
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.