Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
SOURCES SOUGHT

Y -- Design-Build Building 14 Renovation

Notice Date
3/20/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA00045
 
Archive Date
4/25/2015
 
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
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) requirement for Design-Build for the Building 14 Renovation Project. The FDA is seeking small business sources to determine the availability and capability of small businesses to perform the design-build work described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort and gather information which might be of value to the Government for consideration in requirements definition: The associated North American Industry Classification System (NAICS) Code is-236220- Commercial and Institutional Building Construction; Small Business Size Standard is $36.5 million. The Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR) requires Design-Build Services for the Building 14 Renovation Project at the Jefferson Lab Campus in Jefferson AR. A draft conceptual narrative is included as attachment 1 (31 pages) to aid in the sources sought response. Conceptual drawings as well as any updates to the attached conceptual narrative will be included when the formal solicitation package is issued. The work to include: The project involves the renovation of 49,320 GSF of office and laboratory space in Building 14, a 10,600 GSF addition/relocation of Building 06, and a 10,800GSF renovation of Building 53A, 1st Floor Animal Holding and associated air handlers. The new laboratory and animal holding area will allow for perimeter offices for researchers that provide easy access to their laboratories, open flexible laboratory space for analytical chemistry, freezer alcoves and cold rooms spaces conveniently located near the laboratories they serve and off of a central support corridor, and up-to-date accommodations for specialized scientific equipment. The new labs and animal holding areas will be modernized and configured to make better use of floor space and traffic patterns and to ensure the safety and efficacy of FDA research. The renovation will create much needed swing space to allow for other building renovations on campus. Contractor must be able to start work immediately from the notice to proceed with a completion date for the entire project within 1,095 calendar days from the notice to proceed date. Notice to proceed to occur within 21 calendar days of award. Project magnitude of construction more than $10,000,000. Anticipated award date no later than September 30, 2015. Firms believing they can meet the requirements above shall furnish sufficient technical information necessary for the Government to conclusively determine the experience and qualifications of the firm for the above project. Respondents shall limit their capability statements to no more than thirty (30) pages, excluding cover page and table of contents. At a minimum, responses shall include the following: • Cover page shall include, at a minimum, Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number, and email address. • Capability statements must provide substantive and verifiable prior experience information that is similar to the design-build work described herein, consistent with the stated magnitude of construction, and performed by the contractor in the last six (6) years. Emphasis on laboratory design-build work. For each prior experience reference provide description of work, contract value, customer name and point of contact, customer address, customer telephone number, customer email address, and any other information to demonstrate qualifications. Clearly delineate the firm's role and responsibilities of the referenced contracts such as prime contractor, party to joint venture, subcontractor etc. • Capability statement shall provide proof of bonding capability (note magnitude of construction above). • Respondents shall include based on the firms prior experience with design-build projects, the type of critical information required to submit an offer, any lessons learned from the prior experience that might possibly be applied in this instance, suggestions on streamlining the proposal submission and subsequent evaluation process given a compressed schedule, and any other information the firm believes might be of value for Government consideration. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; and The government is not responsible for locating or securing any information, not identified in the response. The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. Interested Parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before April 10, 2015 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, Building 50, Room 422, Jefferson, AR 72079-9502. Reference FDA00045. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. 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 FedBizOpps. 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/FDA00045/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03674829-W 20150322/150320235110-42bcd5bd6b86d16bfc78453d67e3e6df (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.