AWARD
C -- NIH Architect-Engineer, Multiple Award Task Order Contract (MATOC) IDIQ
- Notice Date
- 7/27/2020 2:20:53 PM
- Notice Type
- Award Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- OD OM ORFDO OA OFC ACQUISITIONS BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N99020D00023
- Archive Date
- 09/30/2020
- Point of Contact
- Jennifer M. Reed
- E-Mail Address
-
jennifer.reed2@nih.gov
(jennifer.reed2@nih.gov)
- Award Number
- 75N99020D00023
- Award Date
- 07/27/2020
- Awardee
- CFR ENGINEERING CONSULTANTS, INC Gaithersburg MD USA
- Award Amount
- 400000000.00
- Description
- The National Institutes of Health (NIH), Office of Research Facilities (ORF) has awarded a Multiple Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for professional Architect Engineering (A/E) services procured in accordance with the Brooks A/E Act, Public Law 92-582, as implemented in Federal Acquisition Regulation (FAR) Part 36.6. The North American Industry Classification System Codes (NAICS) for this acquisition are Architect or Architect/Engineer firms with an approved NAICS code of 541310 Architectural Services, with a small business size standard of $7,500,000.00 in average annual receipts and 541330 Engineering Services, with a small business size standard of $15,000,000.00 in average annual receipts. The contract awards have an effective/ordering period of six (6) years. Each award has a minimum guarantee of $1,000 and the Contractors� maximum order obligation will be $30 million for a single order. The total contract ceiling cumulative of all MATOC awards when combined, is $400 million. All work and services will be ordered by issuance of individual firm-fixed-price (FFP) task orders. Per FAR 16.505(b)(1), ORF will comply with the order level requirement to provide fair opportunity consideration. Notwithstanding the fair opportunity requirements set forth in 41U.S.C. 4106(c), ORF reserves the right to consider set-asides on an order-by-order basis as allowed in FAR 19.502-4(c). ORF may compete any orders solely amongst all the small businesses. ORF may issue orders directly to one IDIQ holder to meet the minimum guarantee. Small business awardees may compete against other-than-small business awardees for an order that is not set aside. Task order awards will follow the Brooks Act Procedures outlined in FAR Part 36.602. Orders set aside for small business shall have limitations on subcontracting as follows - By execution of a contract, the Offeror/Contractor agrees that it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. ""Similarly situated entity,"" as used in this MATOC, means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award; and is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. Any work that a similarly situated entity further subcontracts will count towards the 50 percent subcontract amount that cannot be exceeded. A joint venture agrees that, in the performance of the contract, the applicable 50 percentage specified in the paragraph above will be performed by the aggregate of the joint venture participants. Contract holders are expected, in good faith, to participate in task order competitions and, if successful, to deliver quality project on time and on cost, to include management and supervision of subcontractors. If for any reason, a contractor cannot participate in a competition, the contractor shall provide written notice of the reason(s) for non-participation prior to the proposal due date. Failure to participate in good faith and/or an overall performance CPAR rating of Marginal or Unsatisfactory may result in the contractor being off-ramped from the MATOC. In the event contractor(s) are off-ramped within 24 months of initial contract award, the government reserves the right to on-ramp contractor(s) to maintain a pool of contractors. On-ramp contractors will be selected from the list of Most Highly Qualified Firms as determined during the initial evaluation of offers and awarded an IDIQ contract after negotiations in accordance with The Brooks Act, Public Law 92-582, as implemented in Federal Acquisition Regulation (FAR) Part 36.6. Selected on-ramp contractors will be subject to a performance validation review. On-ramp contractor(s) must be active in the System of Award Management (SAM) and otherwise in compliance with the original multiple award solicitation. If found complaint, on-ramp contractors may be offered a bilateral IDIQ contract with the original guaranteed minimum and considered for task order projects. After 24 months, the Government reserves the right to determine whether it would be appropriate to announce a new competition for the purpose of adding additional IDIQ holders. Periodically, the Government will assess the quality of performance by each IDIQ holder, the number, value and complexity of work awarded to each holder, and the amount of effective competition achieved by the current MATOC awardee pool. In addition, the government will assess the internal transaction cost for issuing each task order and the amount of small business participation. Based on these criteria, if it is in the best interest of the Government, the MATOC Contracting Officer may announce a new competition to add additional IDIQ holders into the reserve and/or full-and-open category. The Government reserves the right to limit rolling admissions to only small business concerns. The original effective period for contract holders is six (6) years from original MATOC establishment; no contract will extend beyond this limitation regardless of when a basic contract is awarded. Travel for performance under this contract will not be reimbursed unless otherwise stated at the task order level or authorized in advance by the Contracting Officer. ORF is the steward of NIH facilities and is responsible for the planning, design, construction, acquisition, maintenance and operation of NIH owned and leased facilities, which include campuses in: Bethesda, Maryland Frederick, Maryland Poolesville, Maryland Research Triangle Park, North Carolina The Rocky Mountain Laboratories (RML) in Hamilton, Montana It is anticipated that most of the work under the MATOC will be located on the NIH Main Campus, Bethesda, MD. As a part of the Department of Health and Human Services, the NIH is the Federal government's primary biomedical research agency. The NIH's mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce the burdens of illness and disability. Composed of 27 Institutes and Centers, the NIH provides leadership and financial support to researchers in every state and throughout the world. ORF�s mission is to provide high quality, safe, state-of-the-art laboratory, clinical, animal and supporting facilities in response to NIH�s 27 institutes and centers current and emerging scientific goals and objectives consistent with the HHS Strategic Plan. Primary drivers to support this include existing, new and expanding science program requirements and the availability and suitability of facilities that comply with The Joint Commission (TJC), the Association for the Assessment and Accreditation of Laboratory Animal Care (AAALAC), the College of American Pathologists (CAP), other applicable codes and standards and guidelines. The A/E firm or team shall have capability and proficiency to support all architectural and engineering disciplines such as mechanical, electrical, and plumbing (MEP), fire protection, civil, and structural engineering design. The A/E firm or team shall include licensed or registered professional engineers, architects, as well as other specialties requiring certifications, as applicable by industry standards. The A/E firm or team shall have proficiency and experience performing A/E services in support of renovation, repair, modification, alteration and/or new construction of the following types of facilities and/or utility infrastructure projects: Laboratories (Labs) Bio-Medical Research Labs (including Biosafety Levels 2, 3 and 4) Animal Research Facilities (including vivarium and Animal Biosafety Levels 2, 3 and 4) Aquatics Facilities Aseptic Production Facilities (APF) Hospitals / Healthcare Facilities / Clinical Facilities Offices / Administrative Public Buildings and Spaces Data Centers Building Utilities Infrastructure Site Infrastructure Utilities Central Utility Plants Site and Grounds Improvements Building Envelope Systems The A/E firm or team shall have proficiency and relevant experience in performing basic A/E services during the three (3) general phases of a project: 1. Pre-Design Phase Program of Requirements (POR) / Validation of PORs (For both NIH-owned and leased facilities) Special Studies 2. Design Phase Schematic Design Design Development, not limited to: Design Intent Documents Design Development Bridging Documents Construction Documentation 3. Post Design Phase Bidding / Negotiation Construction Administration, not limited to: �Equitable Adjustments� Commissioning (CX) Construction Quality Management (CQM) Only A/E firms or teams demonstrating the above capabilities and experience to perform the required contract services should respond. All A/E services under this contract award shall be consistent with ORF's applicable policies, guidelines and/or procedures for the design and construction of NIH facilities and infrastructure. At a minimum, the planning and design of facilities / infrastructure under this contract shall be in compliance with all applicable Federal Regulations; incorporate the Guiding Principles for Federal Buildings in High Performance and Sustainable Buildings (as defined in Executive Order 13834); and, follow the ""Guide for the Care and Use of Laboratory Animals"", the NIH Design Requirements Manual (DRM) (latest edition), the HHS Facilities Program Manual, and the ""AIA Guidelines for the Planning and Design of Hospitals and Healthcare Facilities""(https://www.aia.org). The following is the name of the successful Offeror, along with the associated award number: CFR ENGINEERING CONSULTANTS, INC � 75N99020D0023
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4b608db96e2548768648e178c4e66689/view)
- Place of Performance
- Address: Bethesda, MD 20892-5711, USA
- Zip Code: 20892-5711
- Country: USA
- Zip Code: 20892-5711
- Record
- SN05733834-F 20200729/200727230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |