SOURCES SOUGHT
R -- Programming Services Contract for NCATS Program of Requirement (POR)
- Notice Date
- 7/23/2021 3:22:36 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95021Q00329
- Response Due
- 7/30/2021 12:00:00 PM
- Archive Date
- 08/14/2021
- Point of Contact
- Mark E McNally, Phone: 301-827-5869
- E-Mail Address
-
mark.mcnally@nih.gov
(mark.mcnally@nih.gov)
- Description
- 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. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background:� The National Institutes of Health (NIH) is the Nation�s leading medical research agency and the primary federal agency whose 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 illness and disability by supporting and making medical discoveries. The National Center for Advancing Translational Sciences (NCATS) is the only center at the NIH that focuses exclusively on all aspects of the translation of research with an innovative pipeline of treatment discoveries for all diseases. NCATS� mission is to improve health through smarter science that results in better treatments faster for all diseases, rare or common. NCATS needs a Program of Requirement (POR) to clearly identify separation of technical requirements from shell (Lessor responsible) and tenant improvement (NCATS responsible) and be inclusive of NIH Office of Research Facilities (ORF) Division of Technical Resources (DTR) requirements. Purpose and Objectives: The purpose is to provide POR documentation to procure a lease space for 60,000 square feet of new lab/office space to stand up new programs including a new Biosafety Level 3 (BSL3) Pandemic Preparedness Center, to meet the programing services needs of the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH). Project requirements: Specific Tasks: Review all available supporting POR documentations Review equipment list designated for the space Assemble Architectural and Engineering team to develop POR Lead Kick-off meeting (KOM) with project stakeholder via conference call Develop and/or use room data sheets to collect customer information Attend weekly progress meeting with NCATS technical staff Provide meeting minutes for each customer interview Provide Laboratory planning services to meet all local and national building codes and NIH Design Requirements Manual (DRM) standards as well as Biosafety in Microbiological and Biomedical Laboratories (BMBL) and ABA/ADA leasing requirement Validate NCATS space needs with POR equipment requirements Provide plan test fits for each unique laboratory space (casework, BSC, CFH, freezers, etc.)� Provide comprehensive equipment schedule with all required design criteria (name, mfg., size, amps, voltage, btu heat load, lab gases, vacuum, etc.) Provide various architectural and engineering diagrams such as but not limited to bubble diagram, blocking and stacking diagram, adjacency diagram, process flow of materials and people, space analysis tables, flammable liquid inventory, caustics chemical inventory, staff utilization, etc. Coordinate pre-planning meeting to assess the stakeholder�s needs Review past Program of Requirement documentation as needed Develop technical studies and analytical investigations to address the dynamically changing environment of infectious disease research conducted by NCATS Coordinate pre-planning meeting(s) and conduct interviews with senior scientific staff and document the requirements which shape their space needs, including numbers of staff, anticipated staff growth, required adjacencies, specialized equipment requirements Identify design principles for the space to support the proposed functions Outline functional relationships and adjacency requirements for each organizational component Establish basic programmatic and functional requirements to serve as a guide during design development Coordinate with other Project Team members Coordinate POR with other NIH ORF departments as required Anticipated period of performance: Award is anticipated in September 2021 with a 3 to 6 month period of performance. Capability statement /information sought: Respondents to this notice must: Include sufficient information to establish the interested parties� bona-fide capabilities of meeting the needs of the project requirements. Include information regarding respondents�: (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Acknowledge and affirm they can complete this work while complying with FAR 52.219-14, Limitations on Subcontracting (Mar 2020), which requires at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The respondent must also provide their� 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 and any other information that may be helpful in developing or finalizing the acquisition requirements. All responses to this notice must be submitted electronically to Contracting Officer Mark McNally, mark.mcnally@nih.gov. Responses must be received by 03:00 PM, Eastern Time, July 30, 2021. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. 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 presolicitation 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8668544b1e7f4d3690d4d8d7e7b57fa4/view)
- Record
- SN06072388-F 20210725/210723230119 (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 |