SOURCES SOUGHT
M -- Operation and Maintenance of Facility Services
- Notice Date
- 11/18/2009
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- FDA1112010
- Archive Date
- 1/1/2010
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS FOR MARKET RESEARCH PURPOSES ONLY, NOT A REQUEST FOR PROPOSAL OR SOLICITATION. The Food and Drug Administration, Jefferson Laboratories, in Jefferson, Arkansas, is seeking business sources, including small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and 8(a) certified companies. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The Jefferson Laboratory Complex in Jefferson, Arkansas has an upcoming requirement for On-Site Operational Maintenance and Support Services for facilities consisting of approximately 1,000,000 square feet of floor space, of which about 80 percent has been renovated and converted for administrative, research and research support. The services required are a full range of operational and maintenance support which include, but are not limited to: operation of on-site utility systems; providing craft shop support services; preventative and remedial maintenance on utility plants and equipment, and on process and non-process equipment; maintenance, and alteration and repair of buildings and structures. All firms responding to this survey must demonstrate their experience and/or capability by submitting qualification statements, including past performance references directly relating to the subject requirement. Qualification statements will be evaluated on the basis of (1) a minimum of five (5) years experience and knowledge in the operation and maintenance of an AAALAS certified research facility that includes both animal care and laboratory facilities; (2) experience and knowledge in the operation, maintenance and testing of the sophisticated HVAC and refrigeration equipment serving laboratories up to the Bio-safety Level 3 (BSL-3) classification; (3) experience and a thorough understanding of the operation and maintenance of utility systems, i.e., Steam generation and distribution, Water pumping, distribution, treatment and storage, Waste water treatment and sewage systems and Electrical plants; (4) experience in the operation and maintenance of sophisticated HVAC equipment and controls associated with environmental monitoring systems for use in high tech research facilities; (5) experience in performing alteration work in occupied laboratory environment; (6) specific and specialized experience in the protection of occupants, structures, equipment and on-going research; (7) experience in the removal of hazardous type materials such as asbestos; (8) experience with on-site janitorial services; and (9) experience with grounds maintenance. The qualification statement must provide a contact name, the mailing address, phone number and email address of point of contact for the company. Qualification statements must provide enough information to determine if the company has the experience and qualifications to meet the requirement. When completing the qualification statement reference qualifications 1 through 9 above. Qualification statements must reference similar work that has been performed by the contractor; provide referenced contract number(s); a description of the work performed and end products produced; type of contract and the dollar value; for whom the services were performed and personal point of contact (name, title, address and telephone number); performance period and location; and number and type of personnel employed on the specified contract. Firms responding to this sources sought announcement should indicated business size and any set-aside certification. A fixed price contract with an indefinite quantity portion is contemplated with a one-year base performance period and four one-year option periods. The associated North American Industry Classification System (NAICS) Code is- 561210- Facilities Support Services; Small Business Size Standard is $35.5 Million. Interested Contractors must respond with qualification statements (original and two (2) copies) which are due in person, by postal mail or email to the point of contact listed below on or before December 17, 2009 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. Reference FDA1112010. Emailed qualification statements are acceptable. For information regarding this market survey, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov. 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 pre-solicitation 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1112010/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02006509-W 20091120/091118235721-8326e5b881e02bb1ef695729aca77dca (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |