Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2013 FBO #4228
SOLICITATION NOTICE

J -- Isolation Room Air-Balancing - Required Attachments

Notice Date
6/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
HHSN-NIH-CC-OPC-13-Q-002343R
 
Archive Date
7/23/2013
 
Point of Contact
Daytona H. Philpotts, Phone: 3014512716
 
E-Mail Address
daytona.philpotts@nih.gov
(daytona.philpotts@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
IT Access Security - Attachment 2 Statement of Work - Attachment 1 THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66 (01 Apr 2013). This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is HHSN-NIH-CC-OPC-13-Q-002343R and is being issued as a Request for Quotation (RFQ). The NAICS Code for this solicitation is 811310 and the Small Business Size Standard is $7.0 million. This action is being solicited as a Total Small Business Set-aside. Background Statement Currently the Clinical Center Complex (CCC) (defined as Warren Grant Magnuson Bldg [Bldg 10], Ambulatory Care Research Facility (ACRF) and Clinical Research Center (CRC), has a requirement to perform air quantity/quality surveys of specified critical rooms/areas of the CCC to ensure that the air flow quality/quantity meets established standards. Air quantity and quality must be maintained to ensure the safety of CCC patients, staff and visitors. Due to the critical operations of the listed isolation HVAC systems, every detail of the complicated, computerized systems must operate at design specifications to protect both patients and staff from exposure to contagious diseases, but also to prevent contamination of essential treatment products and agents that support critical organizational research goals and objectives. A list of the rooms to be surveyed monthly or bi-annually is attached (Attachment 2). The CC Office of Space and Facility Management (OSFM) is responsible for the maintenance and oversight of the CCC Air Balance Contract. Period of Performance: is for a base year (1), and up to four (4) one-year options period(s). • Base Year • Option Year 1 • Option Year 2 • Option Year 3 • Option Year 4 Vendor must bid on base and option(s) to be considered Statement of Work (SOW) (Attachment 1) ***Statement of Work (SOW) Attached (see attachment for detailed) IT Access Security (Attachment 2) ***NIH IT Access Security Attached (see attachment for detailed) EVALUATION: In addendum to 52.212-2; the following factors shall be used to evaluate offers. A. TECHNICAL APPROACH (50%) 1) The technical approach for performing monitoring and maintenance of air flow specifications of specified critical rooms/areas of the CCC to ensure that the air flow quality/quantity meets established standards. List all services that will be provided for conducting the air flow surveys (monthly and bi- annually), unscheduled visits, and emergency service, including any exclusions that may arise. Provide a schedule for air flow balancing according to the listed equipment requirements that demonstrates an understanding of the scope, critical nature and complexity of the HVAC systems and the critical nature of the air flow specifications in these specific rooms. Provide an example of documentation in a database of air flow measurements, analysis and problem solving imbalances of similar or like systems, including negative air flow rooms and positive air flow rooms, with the complexity of a hospital this size. Describe your firm's quality control procedures to ensure the accuracy of the reports. Provide an example of documentation that will be provided for unscheduled visits and emergency service visits. SCORE /25 2) Submit evidence of experience and qualifications in the form of: a. knowledge of the types of air balancing procedures and specifications listed in the SOW; b. technical understanding of the air flow requirements in negative pressure isolation rooms, positive pressure isolations rooms and biohazard isolation rooms, according to all established professional standards and guidelines; c. technical understanding of problem solving air flow failures, alarms and malfunctions, with examples of corrective actions recommended; d. technical knowledge and ability to program both Siemens and Johnson control BAS systems and possesses the required programming software along with required access programming permission levels for each system; e. current certification of equipment calibration by a reputable third party testing agency; f. ability of the organization to meet the time lines for service and emergency calls; g. quality control and quality assurance methods; and h. providing comparable services to other organizations of comparable size and complexity within the past two years, demonstrating work is according to all applicable standards and guidelines from American Institute of Architects (AIA), Procedural Standards of the National Environmental Balancing Bureau (NEBB), and American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRE). SCORE /25 B. QUALIFICATION OF PERSONNEL (15%) The contractor must be headquartered or have service locations within the Washington Metropolitan area. The proposal must clearly indicate that the offeror has adequate experience and resources to provide the functions and activities within the required time frames as stated in the SOW. Provide evidence of experience and qualifications of the company in providing comparable services of these types of systems in a comparable sized health care institution with the same or similar complexity and needs, to include as a minimum: • Must be a certified member of the National Environmental Balancing Bureau (NEBB). • Must be an independent test and balance firm. • Must have a minimum of ten (10) years experience in testing, adjusting and balancing of hospital and research facilities. • Must have the qualifications to program both Siemens and Johnson control BAS systems and possesses the required programming software along with required access programming permission levels for each system. Provide resumes of available and qualified personnel within company management, as well as technicians who will provide air balancing and analysis services. Technicians must have adequate training credentials and experience to indicate meeting SOW requirements. All key personnel must be in place and fully qualified prior to award of this contract. Resumes of key personnel, especially the personnel conducting on-site air balancing services and emergency service visits, demonstrating that qualified trained personnel are available and will be assigned to this contract. Describe how key personnel are vetted to ensure that staff can meet the requirements for NIH security clearance, including background check and fingerprinting. SCORE /15 C. PAST PERFORMANCE (25%) Capabilities and Resources of the Company, Past Performance, Level of risk The Government will consider the following areas under past performance: 1) quality of products and services; 2) cost control; 3) timeliness of performance, and 4) business relations. 1) Provide documentation to support that the organization has met these service requirements with similar projects of this size, scope and magnitude within the past two years. Submit evidence of experience and qualifications of the firm providing comparable air balancing services to units of the same vintage/manufacturer/type, as required in accordance with the proposed SOW specifications. Submit names and locations of hospital and/or firms, and list names and telephone numbers of individuals representing those hospitals and/or firms serviced within the past two years, who may be contacted as references (minimum of three) who can speak to the company's quality of services, ability to problem solve deviations for air flow specifications, ability to control costs, timeliness of performance and quality of business relations. SCORE /10 2) The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements such as cost, schedule, and performance, including standards of good workmanship; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's ability to attract and maintain key personnel minimizing turn-over, the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction and generally the offeror's business-like concern for the interest of the customer. The lack of a performance record must result in an unknown performance risk assessment that will neither be used to the advantage nor disadvantage of the offeror. SCORE /15 D. PRICE (10%) Provide a fixed price quote in accordance with the Statement of Work identified. SCORE /10 The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government's required schedule. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. ********* The following provisions and clauses apply: FAR 52.212-1-Instructions to Offerors/Commercial; FAR 52.212-2-Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-9 -- Option to Extend the Term of the Contract; FAR 52.217-5 Evaluation of Options; FAR 52.219-6 -- Notice of Total Small Business Set-Aside Contract Terms and conditions; FAR 52.228-5 -- Insurance -- Work on a Government Installation. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) In addendum to FAR 52.212-1; Interested offerors may submit proposals electronically to this notice no later than 07/08/2013 Eastern Standard Time 3:00 p.m. Offerors may submit a completed FAR 52.212-3, or cite their Representations and Certifications on sam.gov. The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. Requests for information concerning his requirement are to be addressed to Ms. Daytona Philpotts via email only to Daytona.philpottts@nih.gov no later than July 3rd, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSN-NIH-CC-OPC-13-Q-002343R/listing.html)
 
Place of Performance
Address: NIH - 10 Center Drive, Bethesda, Maryland, United States
 
Record
SN03094747-W 20130622/130620234907-178ff8816ffa1d4eee9014101cfc8c13 (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.