Search Contract Opportunities

Nih_Fy2025_Ae Matoc   2

ID: NIH_FY2025_AEMATOC • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.

The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business sources; (2) whether the businesses are SBA certified HUBZone Small Businesses; SBA certified 8(a) Small Businesses; Service- Disabled Veteran-Owned Small Businesses; Woman-Owned Small Businesses; or Large Business and (3) the respective businesses 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.

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) Architect-Engineer (AE) Multiple Award Task Order Contract (MATOC) and a Blanket Purchase Agreement (BPA).

The AE MATOC contract has an anticipated composite value of $400M. The applicable North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) and the small business size is $25.5 million. NIH anticipates awarding multiple contracts under the AE MATOC for the future professional Architect Engineering (AE) services, as well as multiple award blanket purchase agreements for other professional services of an architectural or engineering nature or service incidental there to (including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals and other related services) that logically or justifiably require performance by registered architects or engineers or their employees. All services will be procured in accordance with the Brooks A/E Act (Public Law 92-582, as implemented in Federal Acquisition Regulation (FAR) Part 36.6). All capable Small Business Contractors are highly encouraged to respond to this announcement, so that NIH can properly evaluate your capabilities to properly develop our requirements.

The BPAs have an estimated composite value of $100M. The applicable North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) and the small business size is $25.5 million. NIH anticipates awarding multiple contracts under the BPAs for future other professional services of an architectural or engineering nature. Services will be procured in accordance with the Brooks A/E Act (Public Law 92-582, as implemented in Federal Acquisition Regulation (FAR) Part 36.6). All capable Business Contractors are highly encouraged to respond to this announcement, so that NIH can properly evaluate your capabilities to properly develop our requirements.

BACKGROUND: 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. The NIH Office of Research Facilities (ORF) is the steward of NIH facilities and is responsible for the planning, design, construction, acquisition, maintenance, and operation of NIH owned facilities, which includes:

1) NIH Main Campus, Bethesda, Maryland

2) NIH Animal Center, Poolesville, Maryland

3) Fort Detrick Campus, Frederick, Maryland

4) Research Triangle Park, North Carolina

5) Rocky Mountain Laboratories (RML), Hamilton, Montana

6) Epidemiology & Clinical Research Branch, Phoenix, Arizona

7) Bayview Campus, Baltimore, Maryland

8) Rental Facilities maintained by NIH

DESCRIPTION OF THE REQUIREMENT: The NIH anticipates awarding multiple AEMATOC awards under a single solicitation utilizing a task order mechanism. Each IDIQ will be awarded for a five (5) year performance period with a cumulative maximum not-to-exceed dollar amount of $400M.

The NIH also anticipates awarding multiple BPAs under a single solicitation utilizing a Call Order mechanism. Each BPA will be awarded for a five (5) year performance period with an estimated dollar amount of $100M.

The NIH seeks highly qualified credentialed contractors with capability to perform the AE MATOC and/or BPAs, which will include various simultaneous task orders and/or calls. The selected contractors shall exhibit demonstrated experience, capability and resources enabling them to provide specialized A/E services, Commissioning Support Services, CQM Services, and other A/E related services critical to ORF's success in planning, alteration, renovation, and new construction of NIH facilities and associated infrastructure for projects of similar size and complexity with comparable clients, and most significantly with a proven track record of performing such projects with a high degree of customer satisfaction.

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: https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding contractors shall have current information with the System for Award Management (SAM), at www.sam.gov, and must not be excluded from Government Contract Award at the time of submission.

Projects may include, but are not limited to the following areas:

  1. 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.
  2. Biomedical Research Laboratory / Laboratory Facilities to include, but not limited to, general and specialized biomedical and animal research laboratories, laboratory support spaces, laser laboratory, and Electron Microscopes. Projects related to lab facilities in this contract will include general and Bio-Safety Levels (BSL) -2, -3, and -4.
  3. Health Care Facilities or Hospitals 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.
  4. Office / Public Space Facilities to include, but not limited to, offices, Sensitive Compartmented Information facilities (SCIF), training facilities, conference facilities (including Natcher Conference Center), libraries (including the National Library of Medicine), child development centers, residences and lodging, commercial shops and food services, wellness centers and gyms, recreational facilities, facilities for ancillary services such as fire and police, parking structures, and exterior improvements such as roadways, sidewalks, and landscaping.
  5. Interior and Exterior Utility Infrastructure and Utility Generation Distribution Systems - The A/E services include the design of 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. The utility interior & exterior infrastructure and generation & distribution systems include, but are not limited, to the following:
  • Mechanical, Electrical, and Plumbing systems.
    • High Voltage Electrical
  • Central Utility Plant (CUP)
  • HVAC systems to include specialized filtering requirements, supply and exhaust systems and associated controls.
  • Steam/condensate, high temperature hot water, heating hot water, chilled water, lab water, high purity water, and potable water systems.
  • Compressed air, medical gas, lab vacuum, and material gas systems.
  • Central CO2 systems.
  • Central liquid nitrogen systems.
  • Fuel oil systems.
  • Storm water and sanitary sewer distribution systems.
  • Wastewater treatment systems.
  • Electrical Substations.
  • Landscaping irrigation systems.
  • Commissioning
    • Commissioning, Qualification, and Validation (CQV)
  • Historical
  • Geotechnical
  • Elevator
  • Physical Security
  • Interior / Exterior Lighting
  • Telecommunications
  • Building Envelope
    • Roofing
  • Building Model Information (BIM)
  • Net Zero Emissions

This IDIQ shall support projects in Maryland, North Carolina, and the Montana locations.

  • Maryland facilities include:
    • NIH Main Campus, Bethesda, MD
    • NIH Animal Center, Poolesville, MD
    • Fort Detrick Campus, Frederick, MD
    • Bayview Campus, Baltimore, Maryland
    • Rental / Leased Facilities maintained by NIH

It is anticipated that a majority of the facilities under this IDIQ will be located on the NIH Main Campus, Bethesda, MD, followed by the other surrounding areas. Therefore, the A/E shall maintain an office within fifty (50) miles of the Baltimore - Washington, DC metropolitan area for the duration of the IDIQ contract.

  • Research Triangle Park, North Carolina

For projects in North Carolina, the A/E shall plan to maintain local presence within fifty (50) miles of the NIH Research Triangle Park campus for the duration of the project.

  • Rocky Mountain Laboratories (RML), Hamilton, Montana

For projects in Montana, the A/E shall plan to maintain local presence within one hundred (100) miles of the Rocky Mountain Labs campus for the duration of the project.

Architect / Engineer Services

The A/E shall furnish all labor, management, investigations, studies, travel, supplies, equipment, and materials to perform the required services. The A/E is responsible for determining what disciplines and skill sets are required for accomplishing the work and form a team accordingly.

In general, pre-design and design phase services will include, but not limited to:

  • Field / site investigations, inclusive of Pre-Tab investigations
  • Planning and Coordination Drawings
  • Building Information Modeling (BIM) (Only if applicable to the task order)
  • Sustainable Design
  • Program of Requirements (PORs)
  • Special Studies
  • Schematic Design
  • Design Development
  • Construction Documents (65%)
  • Construction Documents (95%)
  • Construction Documents (100%)
  • Rendered perspectives of proposed building construction and substantial site development
  • Construction cost estimate(s)
  • Construction baseline schedule
  • Geotechnical investigations
  • Preparation of Reports

The A/E may be required to provide construction phase and other services including, but not limited to:

  • Construction Bidding and Negotiation Support
  • Construction Inspections / Site Representation
  • Construction Progress Meetings
  • Requests for Information (RFIs)
  • Construction Submittal Reviews
  • Change Order Reviews / Support
  • Punch lists
  • Inspection of Stored Items
  • Construction Close-out Support including As-builts; Record Documents; Non-Compliance Notices; Operation and Maintenance (O&M) Manuals; Warranties; Product and Equipment Demonstrations and Training.
  • A/E Record Documents

Commissioning Support Services

Commissioning support services (Cx) shall perform, but not limited to, the following tasks:

  1. Review Specifications and Drawings
  2. Review Submittals
  3. Develop Commissioning Scripts
  4. Review O & M Manuals
  5. Witness Testing of Electrical and Mechanical Systems

Construction Quality Management (CQM)

  • General Project Management - to include, but not limited to, provide administration and management services to assist the Contracting Officer's Representative (COR) in the general day-to-day administration of the overall Project.
  • Project Governance
    • Preparation and maintenance of a Project Management Plan (PMP)
    • Assist in the implementation of the Project Governance Structure
  • Reviews and Document Management
    • Monthly Reports
    • Requests for Information (RFI)
    • Submittals
  • Financial Management
    • Budget/Cost Control Monitoring and Management
    • Invoices / Application for Payment review
    • Change Order Control Process and Management
    • Estimating Services
  • Scheduling Support regularly review, analyze, and monitor the DBB/DBCs performance schedule(s), including, but not limited, to the preliminary/baseline schedule, Critical Path Method (CPM) construction schedules, and fragnets, as required.
  • Quality Construction Management, Reviews and Administration Assistance - shall include inspections, verifications, details audits and evaluations of materials and workmanship necessary to determine and document the quality of construction. The CQM contractor shall use its expertise and knowledge of construction practices, means and methods to execute an effective Quality Assurance Program.

POTENTIAL SOURCES SHALL COMPLETE AND SUBMIT THE ATTACHED FORMS:

  1. Sources Sought - Contractor Information Form

1.1 Complete the Sources Sought Contractor Information Form

  1. If applicable, interested 8(a) Small Business firms shall state their current 8(a) certification data with the Small Business Administration
  2. If applicable, interested HUBZone Small Business firms responding must provide proof of their HUBZone certification status.
  3. Certificate of Insurance

1.2 Interested firms may include a Capability Statement as an attachment to the Sources Sought Contractor Information Form. Capability Statement shall be no longer than ten (10) pages. Potential sources' experience shall demonstrate and document the following the Capability Statement:

  1. NAICS Code(s)
  2. Evidence of the ability to work in occupied space.
  3. Evidence of the ability to work on multiple projects simultaneously.
  4. Evidence of the ability to perform the work described in the Sources Sought Project Data Form section below.
  5. Self-performance capability (Contractor shall self-perform at least 15% of each task order).
  6. Building Information Modeling (BIM) capability.
  7. LEED capabilities.

2. Sources Sought Project Data Form

2.1 Complete the Sources Sought Project Data Form for no more than five (5) example projects performed within the last five (5) years, or in progress, which best demonstrates your firm's specialized experience providing A/E services on projects of similar type, size, and complexity to the NIH requirement, as defined below. Each completed Sources Sought Project Data Form shall not exceed three (3) pages and shall contain at a minimum the following types of project experience:

  1. One (1) Utility Infrastructure / Utility generation /distribution system projects
  2. One (1) Biomedical Research Lab; and
  3. 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.]

2.2 Project Experience Requirements:

  1. Type - Specialization Category/Facility types such as:
    • Interior & Exterior Utility Infrastructure and Utility Generation & Distribution Systems
    • Biomedical Research Laboratory Facilities
    • Health Care Facilities
    • Office/Public Space Facilities
    • Animal Care Facilities

2. 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 Modeling (BIM)
  • Net Zero Emission requirements
  • For all patient care support spaces: compliance with The Facilities Guidelines Institute (FGI) for healthcare projects and most current healthcare facility Statement of Conditions (SCO).
  • NIH Design Requirements Manual (DRM)

3. Size - Contractors shall have the experience, capability, and resources necessary to perform simultaneous/concurrent projects of varying size (between $25,000 to $20,000,000) and complexity, as described above.

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 Officers, Ms. Magan Miller at: magan.miller@nih.gov and Ms. Ana Marie Pagulayan at: anamarie.pagulayan@nih.gov. The submission shall be received on or before by 12:00 noon, EST on Friday, January 24, 2025. The email subject line shall read: Sources Sought 2025 MATOC Qualification Statement for Architect / Engineer services. Inquiries shall be submitted via e-mail to Magan Miller at: magan.miller@nih.gov and Ana Marie Pagulayan at: anamarie.pagulayan@nih.gov. Electronic Mail inquiries and submissions will only be accepted.

Background
The National Institutes of Health (NIH), under the Department of Health and Human Services, is the Federal Government's primary biomedical research agency.

The NIH Office of Research Facilities (ORF) is responsible for the planning, design, construction, acquisition, maintenance, and operation of NIH owned facilities. This notice seeks capabilities from all categories of businesses to determine the appropriate level of competition and/or Small Business subcontracting goals for a new requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (AE) Multiple Award Task Order Contract (MATOC) and a Blanket Purchase Agreement (BPA).

The anticipated composite value for the AE MATOC contract is $400M, while the BPAs have an estimated composite value of $100M.

Work Details
The contract will encompass various tasks including:
1) Providing professional Architect Engineering (AE) services;
2) Conducting studies, investigations, surveying and mapping;
3) Performing tests, evaluations, consultations;
4) Engaging in comprehensive planning and program management;
5) Developing conceptual designs, plans and specifications;
6) Implementing value engineering;
7) Offering construction phase services;
8) Executing soils engineering;
9) Reviewing drawings and preparing operating and maintenance manuals.

Specific projects may include animal care facilities, biomedical research laboratories, healthcare facilities, office/public space facilities, and utility infrastructure systems. The A/E services will also include commissioning support services and construction quality management services.

Period of Performance
Each IDIQ contract will be awarded for a five-year performance period with a cumulative maximum not-to-exceed dollar amount of $400M. Each BPA will also be awarded for a five-year performance period with an estimated dollar amount of $100M.

Place of Performance
The work will be performed at various NIH facilities located in Maryland (including Bethesda, Poolesville, Frederick, Baltimore), North Carolina (Research Triangle Park), and Montana (Rocky Mountain Laboratories).

Overview

Response Deadline
Jan. 24, 2025, 12:00 p.m. EST Past Due
Posted
Jan. 7, 2025, 2:50 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Bethesda, MD 20892 United States
Source

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
29%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
87% of obligations for similar contracts within the National Institutes of Health were awarded full & open.
On 1/7/25 NIH Construction issued Sources Sought NIH_FY2025_AEMATOC for Nih_Fy2025_Ae Matoc due 1/24/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541330 (SBA Size Standard $25.5 Million) and PSC C219.
Primary Contact
Name
Ana Marie Pagulayan   Profile
Phone
None

Secondary Contact

Name
Magan Miller   Profile
Phone
None

Documents

Posted documents for Sources Sought NIH_FY2025_AEMATOC

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought NIH_FY2025_AEMATOC

Incumbent or Similar Awards

Contracts Similar to Sources Sought NIH_FY2025_AEMATOC

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought NIH_FY2025_AEMATOC

Similar Active Opportunities

Open contract opportunities similar to Sources Sought NIH_FY2025_AEMATOC

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NIH A E CONSTRUCTION
FPDS Organization Code
7529-75N990
Source Organization Code
100189065
Last Updated
Feb. 8, 2025
Last Updated By
anamarie.pagulayan@nih.gov
Archive Date
Feb. 8, 2025