Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2013 FBO #4156
SOURCES SOUGHT

Y -- Design for the Decommissioning & Demolition of Building 9

Notice Date
4/9/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-13-008
 
Archive Date
5/15/2013
 
Point of Contact
Michelle D. Jordan, Phone: 3014437102, ,
 
E-Mail Address
jordanmd@mail.nih.gov,
(jordanmd@mail.nih.gov, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
Background The Office of Research Facilities Development and Operations (ORF), National Institutes of Health (NIH), plans to demolish NIH building 9 a research and administration building, 1 floor plus basement, total area 38,900 GSF. It is currently occupied by labs for eight (8) Institutes and ORF offices. Purpose and Objectives This is a Small Business Sources Sought (SBSS) notice. This is NOT a solicitation or request for proposal, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: the availability and capability of qualified small business sources including small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses. The small business size classification relative to the North American Industry Classification System (NAICS) code 236220 Commercial and Institutional Building Construction for the proposed acquisition is $33.5 million. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. In accordance with the 2012 NIH Masterplan, the building is to be demolished. An adjacent Building 7 may be likewise demolished during generally the same timeframe. The proposed Design-Build contract vehicle for this Two-Phase Design-Build for the Decommissioning & Demolition of Building 9 is anticipated to be a Firm-Fixed Price contract. This proposed procurement will result in a standalone contract with potential options. The anticipated magnitude of the project will be between $1,000,000.00 and $5,000,000.00. The Government intends to post a solicitation for this requirement based on the outcome of the responses to this source sought notice. The scope of the resulting solicitation will be to provide Two-Phase Design-Build Services for the Demolition of Building 9 as described below in the Project Requirements. Project Requirements The following examples are projects that may be issued to the Contractor for performance. The limited descriptions are provided merely to indicate diversity of anticipated work and as such, shall be regarded solely as examples, not as actual work to be performed under this contract. The selected firm shall provide professional and incidental services, material and labor necessary to perform services and provide deliverables as specified by the contract. Design/Build services : Two-Phase Design-Build services for Building 9 that consist of providing decommissioning and demolition construction documents (working drawings, specifications) and construction services, featuring the following potential disciplines to be determined by the Design-Build Contractor disciplines not limited to related building systems; architectural, structural, civil, mechanical, plumbing, fire suppression and electrical, environmental and security systems. The documents shall provide the necessary information to facilitate the successful demolition of the building without damaging and/or causing disturbance to the any of the other adjacent facilities. The services shall also include construction services, creating and maintaining construction progress schedule, review of safety plans, construction cost estimates, review shop drawings, sample selections, equipment, and construction inspections; and the preparations and development of reports, cost estimates, and other related documents, as necessary for the accomplishment of the proposed project. The design shall comply with the requirements of the NIH's Design Requirements Manual guidelines (DRM), Facilities Development Manual (FDM), as well as local, State, and Federal codes including USACE EM 385-1-1, Section 23-Demolition, OSHA 1926.850 Subpart T, Demolition, and ANSI Standard A10.6 Safety Requirements for Demolition. The Design-Build Contractor will be required to provide design, post-design and Construction administrative services from the initial design through completion of the final grading of the building plot and or acceptance of the completed project by the government. Capability Statement ORF is interested in soliciting capability statements from all qualified Offerors demonstrating their ability to perform this mission. At a minimum prospective Offerors must document capabilities in the following areas. (1) Respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code; (2) Provide resumes with acknowledgement of availability on Key Personnel (Project Manager(s), Superintendent(s), and/or other personnel and their relevance to the task described including resource availability, education and/or other training; (3) Past Performance: Enumerate past experience of the design-build team that have completed three (3) design-build projects that best describes successful completion of decommissioning and demolition of a building using design-build project delivery method in last 5 years. Provide name, address, telephone and fax numbers of two (2) references for at least three (3) separate clients (i.e. two (2) references for each client listed) for the projects listed for the design-build team with similar scopes of work. Provide location, fast track size, original and final cost, schedule, etc. The references should be able to assess the degree of customer satisfaction achieved by the offeror/team. Government intends to attempt to contact all references provided by the offeror and reserves the right to contact other references as well as other sources. The offeror shall provide explicit written authorization to contact all references. (4) Describe firm's current and relevant design-build 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, deliver method, beginning and ending 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. Indicate your firm's role in each project (i.e. prime, subcontractor), and percentage and type of the work performed with your own workforce. (5) Provide from your bonding company your overall bonding limit and individual (individual and aggregate amounts) bonding capacity. Provide information to support your firm's access to capital resources/funding or available line of credit to undertake work of similar scope to that which is contemplated. 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. (6) Provide evidence to support your current safety record - your Experience Modification Rating (EMR) for the past three years. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Michelle Jordan, Contracting Officer, at jordanmd@mail.nih.gov in either MS Word or Adobe Portable Document Format (PDF), within 21 calendar days of the date of this announcement. All responses must be received NO LATER THAN April 30, 2013 by 5:00 pm EST. Hyperlink and electronic media (CD, thumb-drive, memory care, etc.) will not be accepted with you submission. Disclaimer and Important Notes: This notice does not constitute any commitment by the National Institutes of Health (NIH) or obligate the Government to award a contract or otherwise pay for the information provided in response to this notice. The Government will not reimburse for the data provided or will not return any data. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any entity responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-13-008/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03032308-W 20130411/130409234737-41e4ff63ab3272607226e1d96dd3b580 (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.