Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2011 FBO #3625
SOURCES SOUGHT

Y -- IDIQ - Design-Build for Laboratory Renovations at U.S. EPA RTP

Notice Date
10/26/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
 
ZIP Code
00000
 
Solicitation Number
SOL-CI-11-00080
 
Response Due
11/7/2011
 
Archive Date
12/7/2011
 
Point of Contact
Scott Tharp
 
E-Mail Address
Scott Tharp
(Tharp.Scott@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Environmental Protection Agency (EPA) is conducting market research to determine if there are a reasonable number of interested small business concerns with the knowledge, skills and capability to perform the work described below. The proposed project will be performed at EPA?s Research and Administration Facility in Research Triangle Park (RTP), North Carolina. It is expected that the project will be accomplished under an indefinite-delivery, indefinite-quantity (IDIQ), design-build contract which will include renovations of approximately 108 laboratory modules and 8 office modules (including fume hoods and laboratory casework). A single IDIQ, design-build, fixed-price task order contract is expected to be awarded using FAR Part 15 procedures. It is anticipated that the solicitation and resulting contract will specify a minimum order amount of $1,000,000, a maximum order amount of $20,000,000, and a maximum 5-year period for issuance of task orders. Responses to this sources sought announcement are to be sent via email to Scott Tharp, Contracting Officer, at tharp.scott@epa.gov, no later than 2:00 PM Eastern Time on Monday, November 7, 2011. Project Description: Currently the U.S. Environmental Protection Agency (EPA) leases laboratory space, the Reproductive Toxicology Facility (RTF), in Durham, North Carolina, to house the EPA Reproductive Toxicology Division (RTD). Prior to the expiration of the RTF lease on November 30, 2014, EPA intends to relocate approximately 107 RTF personnel to EPA?s main campus in Research Triangle Park, North Carolina. EPA?s Research and Administration Facility has more than 500 laboratory modules spread across five laboratory wings: A, B, D, E and High Bay. Exhaust and supply air for individual lab modules are controlled by a building automation system (BAS) coupled with variable air volume (VAV) controls that modulate flow to provide occupied and unoccupied operating modes. Wings A, B, D and E are five-story buildings with modular labs and offices located on two sides of a central service corridor. Wing A has labs on the west side and a vivarium on the east side. The High Bay is a two-story building with a combination of modular labs and offices. Exhaust for fume hoods, bio-safety cabinets and general exhaust grilles are provided by 26 main exhaust fans and miscellaneous special exhaust fans. One hundred percent outside air is supplied to the buildings by 29 air handling units. In advance of the RTD relocation, numerous laboratory and office modules at the main campus must be remodeled and/or completely outfitted with fume hoods, increased electrical capacity and gas distribution, adjusted HVAC, and installed laboratory casework to accommodate the RTD?s research activities. This holistic and laboratory specific, complex, multi-year project consists of a series of lab renovations followed by lab equipment installation and personnel relocations, all of which are to be accomplished with minimum interruption to the existing research functions at the RTP facility. It requires extensive, detail-oriented coordination efforts among three independent entities of the project: (1) the design-build contractor; (2) the transition team responsible for move services; and (3) EPA day-to-day operations. The renovation work will range from minor laboratory modifications to the complete retrofit of office space into laboratory space. The required work will vary for each module and may include removal, re-use and/or replacement of existing fume hoods, bio-safety cabinets, casework, laboratory gas tanks and racks, safety showers, laboratory plumbing, associated laboratory equipment, and free-standing (non-systems) office furniture. Other Pertinent Information: The associated NAICS code for this project is 236220, Commercial and Institutional Building. The size standard associated with NAICS 236220 is $33.5 Million, which means that a company, including its affiliates, would be considered a "small business" if their average annual gross receipts does not exceed $33.5 Million for the past three years. All interested, capable, and qualified Small Businesses, including certified HUBZONE, 8(a), Service- Disabled Veteran-Owned, or Women-Owned Businesses are encouraged to reply to this market survey request by submitting a narrative demonstrating their experience in design-build construction projects of similar nature as described above. NARRATIVES SHALL BE NO LONGER THAN FIVE (5) TOTAL PAGES. Please only include a narrative for the requested information; additional information will not be reviewed. Please include the following information in your response/narrative: (1) Company name, address, and point of contact information; (2) Identification and verification of the company's small business status; (3) Descriptions of Previous Experience ? within the past three years ? on projects considered similar in scope, magnitude, and complexity to the proposed EPA project, including architectural, engineering, and construction services for renovation of a large laboratory facility. Please include dates of work, references, project costs, and complexity of the projects; (4) The level of performance and payment bonding capacity that the company could attain for the proposed project; (5) A statement of the portion of the work that will be self-performed on this project, and how it will be accomplished. This market survey is to determine whether or not this project should be set aside for small business or a small business subcategory based on the responses received. If you have any questions, please contact Scott Tharp, Contracting Officer, at tharp.scott@epa.gov. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-11-00080/listing.html)
 
Place of Performance
Address: OARM-RTP-FMSDUS Environmental Protection Agency109 TW Alexander DriveResearch Triangle ParkNC27709USA
Zip Code: 27709
 
Record
SN02613261-W 20111028/111026234236-859b8db1d49e8921313694a289810f90 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.