SOURCES SOUGHT
Y -- Construct the Waste Water Thermal Decontamination System at Plum Island Disease Center in Orient Point, New York.
- Notice Date
- 10/28/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Biocontainment Operations Branch of Procurement, BPB TH378C, 1131 Chapel Crossing Road, Brunswick (Glynco), Georgia, 31524, United States
- ZIP Code
- 31524
- Solicitation Number
- HSFLBP-14-I-00001
- Archive Date
- 11/23/2013
- Point of Contact
- Jason A. Gerloff, Phone: 785-320-4197
- E-Mail Address
-
jason.gerloff@fletc.dhs.gov
(jason.gerloff@fletc.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of Homeland Security, Federal Law Enforcement Training Center (FLETC), Bio-containment Procurement Branch, Procurement Division, 1980 Denison Ave., Suite 100, Manhattan, KS 66502 MARKET SURVEY/SOURCES SOUGHT : The Department of Homeland Security is identifying potential offerors with capabilities to be the prime or general contractor. The successful contractor will furnish all labor, material, supervision and equipment required for construction and renovation to construct the waste water thermal decontamination system at the Plum Island, NY, Animal Disease Center (PIADC). THIS IS NOT A REQUEST FOR PROPOSALS. Responses to this synopsis will be used as a market research tool to identify the number of small businesses, small disadvantaged businesses, HUBZone, SDVO, or Women-Owned small businesses that might submit proposals as the prime/general contractor for this contract work. The NAICS code for this contract is 236220 - Laboratory Construction. The estimated cost of the contract is within the range of $25-million to $50-million. Anticipate posting of the solicitation is January 2014. A pre-proposal conference will be conducted on a date to be determined. Award is anticipated for April 2014. The PIADC is a Department of Homeland Security Federal Laboratory and is a part of the Science and Technology Directorate of the Department. Since 1954, the Plum Island Animal Disease Center (PIADC) has been protecting America's livestock from foreign animal diseases (FADs), which are diseases not present in the United States, such as foot-and-mouth disease (FMD). PIADC operates Biosafety Level-3 Agriculture (BSL-3Ag) and BSL-2 laboratory facilities and has state-of-the-art biosafety practices and procedures to prevent a disease organism from escaping into the environment, including stringent and rigorously observed safety measures within the laboratories themselves. PIADC's mission can be grouped into three main categories: (1) diagnostics, (2) research and development, and (3) education. These missions are executed by the Department of Homeland Security (DHS) and the Department of Agriculture (USDA) Agricultural Research Service (ARS) and Animal and Plant Inspection Services (APHIS). As a diagnostic facility, PIADC is capable of diagnosing foreign animal diseases (FADs) in addition to domestic animal diseases. PIADC runs between 22,000 and 35,000 diagnostic tests per year. The facility's research programs include developing diagnostic tools and preventatives (such as vaccines and antivirals) for FMD and other FADs affecting livestock. As an educational facility, PIADC has been instructing veterinarians in recognizing FADs since 1971. This is a unique national asset for Agro-defense and the only facility in the United States permitted to handle live FMD viruses. There is a current need to replace the facility's existing waste water thermal decontamination system (WWTDS), A fixed price contract to construct the waste water thermal decontamination system is anticipated. This contract will require construction of a new Bio-safety Level 3 Enhanced facility capable of decontaminating 65,000 gallons per day of raw sewage and animal waste. The decontamination system shall be a batch system using steam to heat the waste to 275 degrees Fahrenheit at 31 psig and holding the waste at that temperature and pressure for one hour. After treatment the waste shall be discharged to the sewage treatment plant at no more than 80 degrees Fahrenheit. Major components of the system to be provided as part of the construction include nominally 60,000 gallons of storage for holding waste prior to treatment, five 3300 gallon cook tanks, heat recovery heat exchangers to preheat the next batch of waste, sea water heat exchangers to achieve the final 80 degree Fahrenheit temperature, a solid separator system to remove the majority of un-digestible cellulose and non-organic solids, and a HEPA ventilation system for the facility. The facility will require information technology and security infrastructure to support a highly automated treatment system in a secure, monitored facility. The Government currently anticipates issuing a solicitation for construction of the WWTDS in January 2014. The Request for Proposals will provide specific information regarding the construction requirements for the new facility. It will also include factors that will be considered in determining a competitive range and eventual negotiation and award of a fixed price contract based on the procedures identified in FAR 15.101. RESPONDING TO THIS NOTICE: Interested firms that are capable of performing as the prime or general contractor for this project may, as early as possible, but no later than close of business on November 8, 2013, indicate interest in this acquisition by providing the following information in a brief ( no more than three (3) pages ) response to this market survey: (PLEASE respond only to the following items.) 1. Name and address of company; 2. Point of contact with phone number and email address; 3. Business size and socio-economic program (HUBZone, 8(a), SDVOSB, WOSB, etc.); 4. Bonding capacity per individual project and overall bonding capacity (provide letter from the Surety on their letterhead); 5. Evidence of registration in SAM and provide CAGE Code and DUNs Number. In addition to the general information above, interested offerors must provide the following specific information: 6. List three construction contracts awarded to your company that were completed in the last five years for similar types of projects for which your firm was the prime contractor. If you do not have such experience, list experience which you feel is directly relevant and explain in no more than one paragraph per project why we should consider it; 7. For the projects above should be at a minimum $25 Million. If they are not, identify the dollar value and explain in no more than one paragraph why we should consider it; 8. For the projects above, list date completed, name/address/POC; 9. If your firm was not the prime contractor on each of the projects listed in #5 above, then state your role and percentage of the work you completed on that project. And why we should consider it; 10. Are you affiliated with any other Small Businesses, Joint Ventures or have a formal partnership arrangement? If so than provide name(s) of these companies. Negative response is required if this does not exist. Respondents will not be notified of the results of the evaluation. The information will be used for technical and acquisition planning. Please do not submit any proprietary or privileged information. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. This market survey is issued to determine whether or not this project should be set aside based on sufficient responses indicating an interest in proposing on this work if it is set-aside. The Government is not obligated and will not pay for any information received from potential sources as a result of this synopsis. The Government is not requesting additional marketing materials or supplemental data beyond what is specifically requested above. There will be no site visit associated with this sources sought. A pre-proposal site visit for interested offerors will be scheduled after publication of the request for proposals. DUE DATE/TIME FOR RESPONSES: Response to this sources sought announcement must be received by 12:00 pm CT on November 8, 2013 and may be received electronically. Late responses will not be included in the survey. A late response or failure to respond to this survey will not affect a company's ability to participate in the subsequent competition. Please ensure email size is limited to less than 5MB and addressed to Jason.gerloff@fletc.dhs.gov. Include "Market Survey for PIADC-WWTDS" in the subject line. Telephonic submittals will not be accepted. Points of contact for this survey are: Jason Gerloff, Contracting Officer E-Mail: Jason.gerloff@fletc.dhs.gov Phone: 785-320-4197
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FLETC/FLETCBPB/HSFLBP-14-I-00001/listing.html)
- Place of Performance
- Address: 40550 Route 25, Orient Point, New York, 11957, United States
- Zip Code: 11957
- Zip Code: 11957
- Record
- SN03223178-W 20131030/131028233722-96dba6b28c60d86ebb49ac2a66ea7b55 (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 |