NIH FY2025 MACC
ID: NIH_FY2025_MACCType: Sources Sought
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFNATIONAL INSTITUTES OF HEALTHNIH A E CONSTRUCTIONBETHESDA, MD, 20892, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking qualified contractors for the FY2025 Multiple Award Construction Contract (MACC) with an anticipated value of $3 billion. This Sources Sought notice aims to gather information on the availability and capabilities of small businesses, including those certified as HUBZone, 8(a), Service-Disabled Veteran-Owned, and Woman-Owned, to perform construction and design-build services across various NIH facilities. The selected contractors will be responsible for a range of construction activities, including renovations and new builds for clinical, laboratory, and animal care spaces, with a focus on maintaining high standards of customer satisfaction and compliance with safety regulations. Interested parties must submit their qualifications and capability statements by December 30, 2024, to the designated contacts, Linda Liu and Magan Miller, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Sources Sought Contractor Information Form for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at constructing facilities for the National Institutes of Health (NIH) across Maryland, North Carolina, and Arizona. Potential contractors are required to provide essential company details, including their Universal Entity Identifier (UEI), CAGE Code, firm name, contact information, and business type, indicating affiliations such as small business certifications or large business status. Additionally, contractors must specify their bonding capacity, detailing the surety name and financial limits for projects. The form is succinct, allowing for a maximum two-page response while explicitly stating that its content should not be altered. The primary objective of this document is to gather contractor information for evaluation in line with federal procurement processes, emphasizing compliance with government contracting standards and requirements.
    The document outlines a Sources Sought Project Data Form intended for use in responding to a federal solicitation (RFP) for a Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the National Institutes of Health (NIH) facilities located in Maryland, North Carolina, and Arizona. Contractors must submit detailed information for up to five relevant projects demonstrating their experience, with a limit of two pages for each project. Key fields include contractor name, project details (location, award date, final price), type of work (new construction, repair, or renovation), contact information for the customer/owner, and the extent of self-performance. The form emphasizes capturing critical elements of project execution and collaboration with design firms, especially in Design-Build scenarios. Overall, this document serves as a structured way for contractors to showcase qualifications and past performance in the context of government contracting opportunities, assisting in the evaluation of potential bidders for NIH facilities.
    Lifecycle
    Title
    Type
    NIH FY2025 MACC
    Currently viewing
    Sources Sought
    Similar Opportunities
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of the Navy is issuing a pre-solicitation notice for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large-scale general construction projects within the Washington D.C., Maryland, and Virginia areas. This contract will utilize a firm-fixed-price model and encompass a variety of construction activities, including demolition, repair, and renovation of facilities, with a total funding ceiling of $8 billion over an eight-year period. The solicitation promotes full and open competition, requiring large business offerors to submit a small business subcontracting plan, and the anticipated issuance of the Request for Proposals (RFP) is expected around March 2025. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further information and must be registered in the System for Award Management (SAM) to participate.
    REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) – Construction MAC
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center (NSWC) Crane, is seeking proposals for an Indefinite-Delivery, Indefinite-Quantity Multiple Award Construction Contract (MACC) to support various construction projects within its jurisdiction in Indiana, with an estimated total value of $48.7 million. This solicitation is aimed at facilitating construction at multiple facilities, including the Lake Glendora Test Facility, and is open to full competition, requiring all offerors to be registered in the necessary government systems by the submission date. Proposals will be evaluated based on technical merit, management strategies, small business participation, and past performance, with a submission deadline of April 28, 2025. Interested contractors should ensure compliance with the proposal formatting guidelines and submit sealed proposals to Aaron Hohl at aaron.m.hohl.civ@us.navy.mil.
    Aquarium Maintenance Service
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking a contractor to provide aquarium maintenance services at its Clinical Center in Bethesda, Maryland. The contractor will be responsible for the upkeep of eight aquaria, including five saltwater and three freshwater tanks, ensuring the health and well-being of the fish and maintaining a therapeutic environment for patients and staff. This contract, which spans a base year from May 1, 2025, to April 30, 2026, with four additional option years, emphasizes the importance of quality care and effective communication, with a firm fixed price purchase order expected to be awarded around May 1, 2025. Interested vendors must submit their quotations by March 21, 2025, and can direct inquiries to Tasha Lowe at lowet2@mail.nih.gov or 301-402-6147.
    Two Phase Design-Build IDIQ MATOC in Support of DHA, Northern Region
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking qualified contractors for a Two Phase Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) in support of the Defense Health Agency (DHA) for the Northern Region. This procurement aims to facilitate the construction of commercial and institutional buildings, particularly hospitals and infirmaries, under NAICS code 236220. The selected contractors will play a crucial role in enhancing healthcare infrastructure, which is vital for supporting military and civilian health services. Interested vendors can reach out to Lanell A. Roberts at lanell.a.roberts@usace.army.mil or call 251-694-3859 for further details, and should be aware that this opportunity is currently in the presolicitation phase.
    Acquisition of a Service Contract for Thermo Lumos Mass Spectrometer
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a non-competitive service contract for the maintenance of a Thermo Lumos Mass Spectrometer. This procurement, classified under NAICS code 811210, aims to ensure uninterrupted analytical support for the National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) research, as the complexity of the spectrometer requires specialized technicians from Thermo Electron North America LLC. The contract will be effective for three years and includes key tasks such as emergency technical support and scheduled preventive maintenance. Interested parties may respond with their capabilities by the deadline of March 24, 2024, although this announcement is not a request for competitive proposals. For further inquiries, contact Amber Harris at amber.harris@nih.gov.
    75N93025R00013 - Medical Residents for NIH Clinical Center
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Institute of Allergy and Infectious Diseases (NIAID), is preparing to issue a presolicitation notice for a contract to provide Postgraduate Medical Residents at the NIH Clinical Center in Bethesda, Maryland. This contract aims to fulfill a new requirement for medical care for NIAID's adult inpatients, necessitating the provision of four medical residents daily, each dedicating approximately 80 hours of professional services weekly, with rotations lasting at least 28 consecutive days. The anticipated duration of the contract is 5.5 years, and proposals are expected to be submitted online around March 12, 2025, as part of an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Interested offerors are encouraged to participate in this full and open competition, and for further inquiries, they may contact Sevag Kasparian or Maya Joseph via their respective emails.
    Acquisition of Support Services of an MRI Physicist
    Buyer not available
    The Department of Health and Human Services, specifically the National Institutes of Health (NIH), is seeking to award a sole-source contract for the acquisition of support services from an MRI physicist, with a focus on early detection of non-alcoholic steatohepatitis (NASH) and metabolic-associated steatohepatitis (MASH). The contractor will be responsible for identifying non-invasive MRI biomarkers for hepatic inflammation and developing imaging techniques, requiring a PhD and over 15 years of relevant experience in MRI data acquisition and pulse sequence programming. This initiative is critical for addressing diagnostic gaps in differentiating NASH/MASH from benign liver conditions, ultimately aiming to enhance patient outcomes through advanced MRI methodologies. Interested parties may contact Amber Harris at amber.harris@nih.gov, with the contract valued at up to $250,000 and scheduled to span from March 30, 2025, to March 29, 2026.
    NHLBI Procurement Forecast - FY2025-Q1 & Q2
    Buyer not available
    The National Institutes of Health (NIH), specifically the National Heart, Lung, and Blood Institute (NHLBI), has issued a special notice regarding its procurement forecast for the first and second quarters of Fiscal Year 2025. This notice outlines anticipated contracting opportunities, including a variety of goods and services such as scientific support services, IT security, and specialized scientific equipment, with a focus on fostering small business participation. The forecast serves as a planning tool for potential vendors, indicating that while the projected procurements are subject to change, they are essential for supporting the NIH's mission in health research. Interested parties can find detailed information, including estimated dollar values and points of contact, in the attached document, with initial award dates ranging from late 2024 to mid-2025.
    63RD Region 3 MATOC, 5 Years
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the 63rd Region 3 Multiple Award Task Order Contract (MATOC) over a five-year period. This procurement aims to engage contractors for commercial and institutional building construction, focusing on the repair or alteration of miscellaneous buildings. The contract is set aside for Historically Underutilized Business (HUBZone) Sole Source firms, emphasizing the government's commitment to supporting small businesses in underutilized areas. Interested parties can reach out to Neil Hogie at neil.e.hogie.civ@army.mil or 502-898-3102, or Steven Bailey at steven.m.bailey2.civ@army.mil or 502-898-4525 for further details.
    Y--P125 TEMPORARY MEDICAL FACILITIES AT NAVAL SUPPORT ACTIVITY BETHESDA
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to issue a Request for Proposals (RFP) for a Design Bid Build construction, firm fixed-price, contract for the P125 Temporary Medical/Clinical Facilities at Naval Support Activity Bethesda in Bethesda, MD. The project involves constructing approximately 100,000 square feet of temporary modular medical/clinical facilities to supplement vacated space during the demolition of on the Bethesda Campus. The facilities will be constructed in accordance with UFC 4-010-01, Section 1-8.7, Barrier Free Design in accordance with DoD criteria and DEPSECDEF Memorandum "Access for People with Disabilities" dated 31 October 2008, applicable energy conservation legislation, and applicable DoD Strategic Sustainability Performance Plan (SSPP) standards. The Government intends to award one firm fixed-price contract. The estimated construction magnitude of this project is between $25,000,000 and $100,000,000.