Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC)

expired opportunity(Expired)
From: Federal Government(Federal)
HHS-NIH-ORF-SBSS-18-002

Basic Details

started - 17 Jan, 2018 (about 6 years ago)

Start Date

17 Jan, 2018 (about 6 years ago)
due - 16 Feb, 2018 (about 6 years ago)

Due Date

16 Feb, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
HHS-NIH-ORF-SBSS-18-002

Identifier

HHS-NIH-ORF-SBSS-18-002
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

****THIS IS A MARKET SURVEY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. RESPONSES TO THIS MARKET SURVEY SHALL BE USED FOR INFORMATION PURPOSES ONLY, TO ASSIST THE NIH IN DETERMINING IF QUALIFIED SMALL BUSINESSES ARE AVAILABLE TO WARRANT SETTING ASIDE ONE OR MORE TIERS OF THIS ACQUISITION FOR SMALL BUSINESSES ******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 Office of Research Facilities (ORF), The National Institutes of Health (NIH) is seeking capabilities from all categories of Businesses for the purpose of determining the appropriate level of competition and/or Small Business subcontracting goals for a new requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The MACC contract has an anticipated composite value of $1B. The applicable North American Industry Classification System (NAICS) Code is 236220 (Commercial and Industrial Building Construction) and the small business size is $36.5 million. NIH anticipates awarding multiple contracts under MACC for the future construction and design build requirements. All capable Small Business Contractors are highly encouraged to respond to this announcement so that NIH can properly evaluate your capabilities and bonding limitation so we can properly develop our requirements.BACKGROUND: The NIH main campus is located in Bethesda, Maryland. As part of the U.S. Public Health Service under the Department of Health and Human Services, NIH is the Federal Government's primary biomedical research agency. Within NIH, the following are some of the locations/facilities where task orders under the awarded contracts may be performed:1) NIH Main Campus, Bethesda, Maryland (306 acres, 60 buildings, over 5.5 million square feet of space2) NIH Animal Center, Poolesville, Maryland (500 acres, 188,000 square feet of floor space)3) Rental Facilities in Bethesda, Rockville & Gaithersburg, Maryland4) Gerontology Research Center (GRC), Baltimore, Maryland (7.5 acres)5) Biomedical Research Center (BRC), Baltimore, Maryland (573,000 square feet of space)DESCRIPTION OF THE REQUIREMENT: The NIH anticipates awarding a MACC under a single solicitation utilizing a task order mechanism. Each IDIQ will be awarded for a five (5) year performance with a cumulative maximum not-to-exceed dollar amount of $1B.The NIH seeks highly qualified credentialed contractors with capability to perform the MACC, which will include various simultaneous task orders. The selected contractors shall exhibit demonstrated experience, capability and resources enabling them to plan and construct projects of comparable size and complexity with comparable clients, and most significantly with demonstrated track record of performing such projects with a high degree of customer satisfaction. Selected contractors shall have enough remaining individual and aggregate bonding capacity to perform new task against the MACC.Contractors responding to this notice to perform the contract as small business joint venture shall use the procedure described at the Small Business Administration (SBA) web site. The SBA URL is www.sba.gov, and the keyword search is Joint Venture and or Mentor Protégé. Responding contractors shall have current information with the System for Award Management (SAM), at https://www.sam.gov/portal/SAM/#1, and must not be excluded from Government Contract Award at the time of submission.The selected contractors shall perform Construction and design-build, and shall provide all labor, supervision, tools, materials, equipment, transportation, and management necessary or incidental to provide planning, construction, alteration and rehabilitation for NIH, and must exhibit demonstrated experience, capability and resources in projects of comparable size and complexity, with comparable clients, and most significantly, with a demonstrated track record of performing such projects with a high degree of customer satisfaction. The selected contractors shall be responsible for, and capable of, performing all associated decommissioning, demolition, removal of hazardous material, and construction of projects. Work under the MACC shall be performed in the general construction category which may include, but not limited to maintenance, repair, painting, alteration, architectural (when done during design-build), mechanical, electrical, plumbing, heating/air conditioning, civil, earthwork, fencing, structural, steel fabrication and or welding, roofing, building renovations, new building construction, demolition, United States Green Building Council (USGBC) Leadership in energy and Environmental Design (LEED) projects. Work may also include design/build projects as well as new construction for lab and hospital spaces. Most of the work will be done in occupied spaces.The selected contractors shall be capable of controlling dust and flying debris, protecting all adjacent areas (as the work area will be occupied is most instances), and following all NIH Fire and Safety Regulation and Procedures. All offerors submitting a proposal to the solicitation must be fully qualified and licensed and have qualified subcontractors (as applicable) for asbestos and hazardous waste abatement; be capable of supporting a field office as required by specific project at NIH Bethesda Campus. Failure to meet these qualifications may result in a determination of technical unacceptability. Utility shutdown once scheduled shall be strictly adhered to as continuity of utilities is imperative. Projects may include, but are not limited to the following areas:1) Renovation of clinical and patient care units and all related areas to include general and specialized hospital spaces, including surgical areas.2) Renovation of general or highly specialized biomedical research laboratory spaces and all associated support areas.3) Renovation of general or highly specialized animal spaces and all associated support areas. These areas shall be designed and constructed in strict accordance with the American Association for Accreditation of Laboratory Animal Care (AAALAC) Requirements.4) Renovation or retrofit of Bio-safety level (BSL)-3 and BSL-4 laboratory and animal spaces and all associated spaces. These areas shall be designed and constructed in strict accordance with the 5th edition of the Bio-safety in Microbiological and Biomedical Laboratories (BMBL), and the latest edition of the NIH Design Requirements Manual sections with emphasis on the sections that relate specifically to bio-containment design requirements.5)  Renovation of office, administrative, public and all associated support areas.6)  Replacement, repair and relocation of both interior and exterior utility systems.7)  Parking Garage repairs and alterations.SCOPE OF WORK - PLANNING SERVICES: When required by a task order, the contractor shall provide, but not limited to detailed surveying, site layout work, shop drawings, drawings and sketches using Building Information Modeling (BIM) if applicable, drawings detail expansion, engineering calculations, building commissioning plans, quality control, post construction activities and other related work as required to properly prepare and accomplish all work as required. The degree of difficulty of the work will vary depending on the complexity of individual projects. As part of every task order, record drawings shall be provided upon the completion of the work and shall be a condition of final payment.SCOPE OF WORK - CONSTRUCTION SERVICES: Construction services shall be provided in response to individual task orders. The work as described herein extends beyond the conventional, single project construction concept in that it may involve the planning, scheduling, coordination, procuring, and installation of a fluctuating series of unrelated tasks. The work may vary from routine general construction to renovating, retrofitting, or installing highly complex mechanical, plumbing, electrical, or structural systems that are used in biomedical laboratory and animal spaces to protect the occupant and the environment. Tasks will involve a variety of disciplines and trades and special expertise including, but not limited to, architecture, mechanical, electrical, structural engineering, bio-security, commissioning, carpentry, road repair, roofing, excavation, medical gasses, HVAC, interior electrical, steam fitting, millwork, plumbing, sheet metal, painting and other finishes, demolition, concrete, masonry, welding, asbestos, and other hazardous material abatement.The selected contractors shall be responsible for, but not limited to the following services:1) Planning Services - using Building Information Modeling (BIM), if applicable2) Design/Build3) Design/Bid Build4) Construction Servicesa) Construction inspection and construction support.b) Testing services, including construction material testing, factory witness testing, and field investigation and testing.c) Commissioning.d) Project Management.e) Cost Analysis.f) Schedule Development.g) Coordination (permits, document reviews) with NIH, local, State and Federal officesh) Decommissioning, asbestos, lead-based paint, PCB's and hazardous waste abatement projects relative to survey, inspection, testing, abatement, disposal and cost estimating.i) Evaluation of compliance with relevant codes and regulations including compliance with relevant environmental codes and regulations.POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:1) Letter of InterestProvide the following information on the cover page or inside the cover of the firm's capability statement:a) Company Contact Information to include:• Firm Name• Primary Point(s) of Contact, with telephone number(s) and email address(es)• Firm Mailing Address and Telephone Number• Company's NAICS Code and Small Business Classification (i.e. Large business, Small business, Woman-owned, Veteran, etc.)• DUNS Number• If applicable, interested 8(a) firms shall state their current 8(a) certification data with the Small Business Administration.• If applicable, HubZone small business firms responding must provide proof of their HubZone certification status.b) Brief description of the firm's core services.2) Qualification StatementList firm's experience in work performed of similar type, size, and complexity (as defined below) to include projects in progress and projects completed within the past 5 years, completion dates, contract numbers, project titles, short project descriptions, dollar amounts, and owner points of contact with their current phone numbers. Indicate if you were a prime contractor or subcontractor, and if a subcontractor, provide the name and point of contact for the prime contractor.a) Type - Specialization Category/Facility types such as:• Interior & Exterior Utility Infrastructure and Utility Generation & Distribution Systems - To include interior & exterior utility infrastructure and systems for Office / Public facilities; Animal Care facilities; Bio-medical Research laboratories; Healthcare /Hospital facilities; and general purpose facilities such as parking structures and warehouses.• Bio-Medical Research Laboratory Facilities - To include, but not limited to, general and specialized biomedical and animal research laboratories and laboratory support spaces. Projects related to Lab facilities in this contract will include general and Bio-Safety Level 2 (BSL-2) laboratories.• Health Care Facilities - To include, but not limited to: patient care units; outpatient clinics; intensive care units; surgical suites with catheterization laboratory; radiology, nuclear medicine, and MRI suites; pharmacy; rehabilitation; transfusion medicine; cyclotron; radiation oncology; medical gas services; pediatrics; and hospital support services.• Office/Public Space Facilities - To include, but not limited to: offices; conference facilities (including the Natcher Conference Center); libraries (including the National Library of Medicine); child development centers; residences and lodging; commercial shops & food service; wellness centers/gyms & exterior recreational facilities; facilities for ancillary services such as fire and police, parking structures; and exterior improvements such as roadways, sidewalks, and landscaping.• Animal Care Facilities - To include, but not limited to, facilities for housing, care, and use of animals in experimental testing, research, and training as related to biomedical research. Animals used at NIH for research include, but are not limited to: mammals of all sizes, including primates; and aquatic animals.b) Complexity - Special design/construction considerations such as:• Physical security requirements• Adjacencies to occupied space(s) restrictions/ limitations• Limited access restrictions• Vibration / noise limitations• Joint Commission (for hospitals) requirements (i.e. Special / Interim Life Safety measures, Construction Risk Assessments)• Implementing Guiding Principles for Sustainable Federal Buildings and Leadership in Energy and Environmental Design (LEED) criteria• Special MEP features - i.e. designed for infectious or immune compromised areas within a hospital space.• Historic Preservation requirements• Storm Water management and erosion & sedimentation control• Use of Building Information Modelingc) Size - Contractors shall have the experience, capability and resources necessary to perform simultaneous/concurrent construction projects of varying size and complexity, as described above, up to $10M per project.The Qualification Statement shall not exceed fifteen (15) pages and shall contain at a minimum the following information:a) Provide no more than six (6) example projects performed within the last five (5) years, or in progress, which best demonstrate your firm's specialized experience providing construction on projects similar to the NIH requirement, as defined above. At a minimum, the six (6) example projects shall include the following:    • One (1) Utility Infrastructure / Utility generation /distribution system projects    • One (1) Bio-medical Research Lab; and    • One (1) Healthcare / Hospital project.[Note - An Indefinite Delivery Indefinite Quantity (IDIQ) with multiple Task Orders is not considered a project. Each individual Task Order executed under an IDIQ contract is considered a project.]  • Project narratives shall not exceed three (3) pages per project.b) For each Similar Project narrative, include the following information:• Contract Number; indicate if the contract was a task order performed under an IDIQ contract.• Owner Name• Address/Location of the project• Project Name• Construction value• Brief description of the project, including the facility size (square footage, levels), special features, and special conditions, codes, standards and /or requirements, if any.• Description of Design, Construction, Alteration and Rehabilitation Services performed• Provide information on current work remaining and dollar amounts. Provide a table showing current projects in progress as indicated below.• Project Description• Contract Amount ($)• Remaining Work in Progress ($)• Percent Completed (%)• Include specialized experience and technical competence of firm; date and identify specific experience and qualification of personnel and record of working together as a team; identify past record of performance on contracts to include Government agencies.3) Capability StatementPotential sources' experience shall demonstrate and document the following in the capability statements:a) Evidence of the ability to work in occupied space.b) Evidence of the ability to work on multiple projects simultaneously.c) Evidence of the ability to perform the work described above.d) Current Bonding Capacity; $10 million for individual task orders and $30 million aggregate.e) Experience Modification Rating (EMR) for the preceding 3 years.f) Self-performance capability (Contractor shall self-perform at least 15% of each task order).g) Building Information Modeling (BIM) Capability.h) LEED capabilitiesThe Capability Statement shall not exceed fifteen (15) pages.All qualified interested firms are requested to submit an electronic copy of their completed Letter of Interest, Qualification Statement, and Capability Statement (in one combined PDF format), via email, to the Contracting Officer, Ms. Tracy Davenport at: tracy.davenport@nih.gov. The submission shall be received on or before by 12:00 noon, EST on Friday, FEBRUARY 16, 2018. The email subject line shall read: Sources Sought HHS-NIH-ORF-SBSS-18-002 Qualification Statement for Construction, Alteration and Rehabilitation services. Inquiries shall be submitted via e-mail to Tracy Davenport at tracy.davenport@nih.gov, or via mail/courier to the address indicated below. No telephonic inquiries will be accepted. No collect calls will be accepted. FACSIMILE TRANSMISSIONS WILL NOT BE ACCEPTED. Submit Capability Statements via e-mail to tracy.davenport@nih.gov , or via mail to: National Institutes of Health, Office of Acquisition, ORF, ATTN: Tracy Davenport, Building 13, Room 2E48, 9000 Rockville Pike, Bethesda, MD 20892****This notice is for information and planning purposes only and does not commit the Government to award a contract now or in the future. THIS IS NOT A REQUEST FOR PROPOSALS. At this time, no solicitation exists, therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The Government does not intend to award a contract based on responses under this Market Survey. In addition, the Government will not contact firms that submitted capability statements or include them on a mailing list on any subsequent solicitation to this notice. All questions/inquiries must be submitted in WRITING through email to Tracy Davenport, at tracy.davenport@nih.gov or mailed to the following address: Office of Acquisition, ORF, ATTN: Tracy Davenport Building 13, Room 2E48, 9000 Rockville Pike, Bethesda, MD 20892*****Contact Information: Tracy Davenport, Contracting Officer, Phone 301-451-1333, Email Tracy.Davenport@nih.gov Office Address :13 South St., Room 2E43MSC 5711 Bethesda MD 20892-5738 Location: Office of Research Facilities/Office of Acquisitions Set Aside: N/A

Government FacilityBethesda, MDLocation

Address: Government FacilityBethesda, MD

Country : United States

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 236220 GSA CLASS CODE: Y