Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2014 FBO #4450
SOURCES SOUGHT

C -- Post Design and Commissioning Services Building 4 Renovation of 1st and 2nd floors. - SOW Commissioning Bldg. 4 - Package #2

Notice Date
1/28/2014
 
Notice Type
Sources Sought
 
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-SBSS-14-003
 
Archive Date
2/27/2014
 
Point of Contact
Monali Parikh, Phone: 3014439010
 
E-Mail Address
parikhm@mail.nih.gov
(parikhm@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Additional Commissioning Services Bldg. 4 SOW Additional AE Services Bldg. 4 The National Institutes of Health intends to award a sole source contract to provide Post Design and Commissioning Services Building 4 Renovation of 1st and 2nd floors. This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are 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; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. 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. The contract vehicle is a firm fixed price Purchase Order. The total contract award value including, the option year shall not exceed $150,000.00. The NAICS Code is 541330 and the Small Business Size Standard is $14.0 million. NIH anticipates soliciting and negotiating with only one source under the statutory authority of 41 U.S.C. 253(c) (1) to provide this service to meet mission critical requirements for the following reasons: • Change is required due to discovered hidden conditions, including drawing revisions. Background: • The current A/E Contractor was issued a task order to provide design, post-design and commissioning services for the defined project, which is currently on-going. They received the NTP on January 23, 2009 and were scheduled to complete the work on December 12, 2012. • The project is under construction at this time, and due to some unforeseen or hidden conditions additional work and time extension shall be required. • During the construction, the current A/E's contract expired and additional funds and extension of time could not be offered without an extension to their contract. • The current A/E Contractor created 100% drawings and is familiar with NIH issues pertaining to the field conditions and Institute constraints and documentation developed to date. They also have the design intent knowledge that was developed during the ongoing preparation of the construction documents and has spent hundreds of man hours getting familiar with the drawings, the building, and the client. • They have provided commissioning services for the entire renovation of 1st & 2nd floors (100%). They have provided commissioning services during the design and construction phase of the project and a post construction commissioning visit and evaluation nine months after 1st and 2nd floors were occupied. They have also provided commissioning services for the additional drawings they provided for Mechanical & Electrical work, they provided this service during the design phase which is about 25% of this portion of work. • The current A/E Contractor has the professional liability of existing construction documents since they authored them. • It would be extremely inefficient and not cost effective and probably would raise legal considerations if any other party other than the current A/E contractor would provide the remaining post-design services and commissioning services. Scope of Required A/E Services: The A/E Post-Design Services shall be performed during the project construction phase for the period of construction by qualified personnel who shall have proven knowledge of this type of construction and competence in construction and observation. For the purpose of this contract, the construction phase is defined as the period of performance between the issuance of the Notice to Proceed with construction and the final acceptance by the Project Officer of the completed construction contract. The services are to be performed in a timely and expeditious manner. The A/E Post-Design Services shall be completed for following, but not limited, systems and all associated controls: • A/E service associated with demolishing the Existing Auxiliary AAH#1 & AAH#2 located in B-2 Level and replace each one with a new unit to provide additional capacity and redundancy to the laboratory supply air handlers located on the B-3 Level. Include any required components as needed such as but not limited to DDC controls, ductwork, etc. Provide the Electrical design associated with this work as required. • A/E service associated with replacing the Existing Chilled Water Pumps. Include any required components as needed such as but not limited to DDC controls, associated piping, etc. Provide the Electrical design associated with this work as required. Scope of Required Commissioning Services: The Commissioning Contractor who will have the role of Commissioning Authority in the commissioning process must comply with all requirements of the Program of requirement, (POR), latest version of the "National Institutes of Health (NIH) Design Requirements Manual (NIH DRM)" and latest recommendation and standards of "Building Commissioning Association". Basic services shall be completed in project phases, including but not limited to: • Construction Administration • Post Construction The project has been designed to comply with all applicable Federal, State and local codes, laws, health regulations and be completed according to "NIH DRM and Building Commissioning Association". Deliverable Schedule: The schedule for completing this task will be 250 calendar days. Interested parties who believe they possess the capability to satisfy this requirement should submit a capability statement demonstrating their ability to meet this requirement. The Capability Statement of Qualifications shall not exceed 10 single-sided pages of 8 ½"x11" size paper, in font type Times New Roman and font size 12 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; All responses must be sent in writing to Monali Parikh, via email to parikhm@mail.nih.gov no later than 3:00 pm EST on February 12, 2014. Contracting Office Address: Monali Parikh Contracting Officer, AECCB The National Institutes of Health Office of Acquisitions, ORF 9000 Rockville Pike Building 13, Room 2E48, MSC 5711 Bethesda, MD 20892-5738 parikhm@mail.nih.gov Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization 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. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/ORS/HHS-NIH-ORF-SBSS-14-003/listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland 20892, United States, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03276257-W 20140130/140128234721-8707c8b69acab69077c2d9ed0ba23503 (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.