Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
MODIFICATION

54 -- Request for Information (RFI) for one (1) modular, prefabricated, or other non-build-in-place solutions for installation and use within a preexisting open-frame, warehouse, or high-bay facility (referred to as a "building in a building")

Notice Date
5/4/2017
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-T-0082
 
Archive Date
4/13/2017
 
Point of Contact
Rebecca B. Patterson, Phone: 301-394-5351, Yesenia Lugo, Phone: 301-394-1254
 
E-Mail Address
rebecca.b.patterson.civ@mail.mil, yesenia.lugo2.ctr@mail.mil
(rebecca.b.patterson.civ@mail.mil, yesenia.lugo2.ctr@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to reopen the subject Request for Information (RFI) and change the response closing date to 19 May 2017. (1) Action Code :REQUEST FOR INFORMATION (RFI) This is a Request for Information (RFI) only. This is not a request for proposal, but a survey to locate potential sources. This RFI does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 04 May 2017 (3) Classification Code : 54 (4) NAICS Code: 332311 (5) NAICS Size Standard: 750 (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: RFI for one (1) modular, prefabricated, or other non- build-in-place solutions for installation and use within a preexisting open-frame, warehouse, or high-bay facility (referred to as a "building in a building"). (8) Proposed Solicitation Number: W911QX-17-T-0082 (9) RFI Closing Response Date: 19 May 2017 (10) Contact Points: Rebecca Patterson, Contract Specialist, [rebecca.b.patterson.civ@mail.mil or 301-394-5351] and Yesenia Lugo, Contract Processor [Yesenia.lugo2.ctr@mail.mil or 301-394-1254]. (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Salient Characteristics The US Army Research Laboratory (ARL) currently maintains an enclosed high-bay and is in the process of retrofitting a portion of the facility to house a multi-story combination of office, storage, laboratory, and instrumentation and machinery control space. To meet these objectives, ARL is requesting information for potential interests in the use of a prefabricated or modular building. Reference Attachment 3 for an overall graphical layout of the facility. Two (2) layout concepts under consideration are referenced in Attachment 2 and Attachment 3. Interested parties can provide alternative layouts that reflect best-practices, off-the-shelf options, or solutions that enhance the cost-benefit to the Army. 1.Characteristics: •Dimensions are approximately 60 feet by 100 feet with a pitched roof beginning at approximately 20 feet to approximately 30 feet at the apex. •Building is clad in corrugated metal panels in good condition. •One end of the building contains several windows approximately two (2) feet by five (5) feet in good condition. •A cast in-place, concrete floor in good condition approximately four (4) - six (6) inches thick. •Three (3) high-bay, roll-up doors are currently installed approximately 15 feet wide by 16 feet tall. •Electrical and network communication service is installed. •Facility is lightly insulated and lightly environmentally controlled using forced-air heating. A portion of the building contains an existing forced-air heating, ventilation and air conditioning (HVAC) system with sufficient capacity to maintain approximately 1200 square feet of existing office space. 1.1 Planned Timeline: Information provided should contain items, materials, construction methods, and accessories available in the current marketplace or will be so in the next six (6) months. 1.2 Limitations: •Water and waste plumbing is currently NOT installed but being considered as a future improvement. •The exterior footprint of the facility cannot be changed to accommodate final solution. •Solutions must me fabricated off-site and installed on location with minimal support. 1.4 Security Requirements: The facility is located at Aberdeen Proving Ground, Maryland and is an access-controlled, US Army installation. 2.0Requested Information: a.Provide examples of previous solutions of similar type and complexity as the facility listed in this RFI. b.Provide descriptions of available building construction methods and finish materials that are inherently durable and suited for an industrial environment. c.Provide available options for providing HVAC to the interior structures and whether each require external building modifications. e.Provide available options for interior lighting that provides a well-lit, office, and laboratory setting. Options must include energy efficient lighting such as a light-emitting diode (LED). f.Ensure a portion of the space under consideration is a second-floor instrumentation and equipment control room (reference Attachments 2B and 3). This control room looks out over the remaining facility space. Provide information on available options that: i.Include physical protection from non-ballistic flying objects and debris originating from outside of the control room. ii.Include rack-based instrumentation and computer storage. iii.Include desk and general-purpose workspace for occupants that shall monitor equipment and personnel outside of the control room. iv.Allow for ease of installed equipment to be removed or serviced in the future. v.Ensure non-slip, durable flooring suitable for high-traffic environments and resistant to common industrial chemicals. 3.A portion of the space under consideration is a second-floor, general-purpose storage space (reference Attachment 2 and 3). This space may or may not be enclosed and open to the overall building height. Provide information on available options pertaining to: i.Storage load versus structure construction. ii.Options for access to the space by palletized material. iii.Non-slip, durable flooring materials, resistant to common industrial chemicals, and sufficient for permanently-mounted cabinets and non-permanently mounted, general equipment storage. 4.A portion of the space under consideration is a first-floor calibration laboratory (reference Attachment 2 and 3). Equipment installed in this space must require semi-permanent attachment to a solid floor structure for leveling and stability. Provide information on available options to include: 5.1Semi-permanent routing of instrumentation and equipment cabling throughout the space. 5.2Non-slip, durable flooring materials, resistant to common industrial chemicals, and suitable for a high-traffic laboratory environment. 5.3Multiple electrical and communication outlets necessary for installed laboratory equipment and computers. 5.4A separately-controlled HVAC solution to maintain temperatures between 69 and 72 degrees Fahrenheit and a target 10-70% humidity. 6.A portion of the space under consideration is a first- or second-floor conference room (reference Attachments 2 and 3). Provide information on available options specific to this type of space to include: i.Wall and ceiling mounting of flat-screen displays or projectors. ii.Electrical and communication hookups. iii.Flooring and other materials that are easy to clean yet provide attenuation of noise. 7.A portion of the space under consideration is a lavatory. Provide information on solutions and materials specific to this type of space to include fresh and wastewater hookup requirements. i.Options for interior structure windows and doors. ii.Options for stairs that allow access to a second story by personnel carrying heavy equipment. iii.The footer requirements for installed solutions iv.The external electrical connection requirements and permissible locations for installed solutions. v.Estimates of typical manufacturing and installation lead times. vi.Information on the complexity, support requirements, and other installation needs specific to this facility and site. 8.A second floor mezzanine is also being considered that will connect the second floor control room and extend around the perimeter of the building. i.Options for solid (non-grated), easy to clean flooring. ii.Options for hand and safety rails. iii.Floor load capabilities. iv.Options for access from the first floor for large and palletized items. C. Responses: All interested parties should notify this office in writing, mail, fax, or e-mail within the posted date. Responses shall include: (I)To what extent each of the specifications can be met documented in the form of a white-paper submission. (II)Rudimentary pricing information that reflects answers to the requested information. This pricing information may take a form of the interested parties choosing but should be sufficiently detailed to allow the Army to build and refine requirements for a potential future RFP. Examples of acceptable pricing include cost per square-foot for each unique solution type, commercial off-the-shelf pricing, or actual costs of similar solutions. Interested parties shall also provide rudimentary pricing information on the solution installation and delivery to the site location broken out separately from the material and fabrication costs. (III) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 750 Employee standard that accompanies NAICS code 332311. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (IV)Past experience/ performance through the description of completed projects. (12) Responses to this RFI are due no later than 11:59 AM eastern standard time (EST) on Friday, 19 May 2017. Submissions should be emailed to Rebecca Patterson, Contract Specialist at rebecca.b.patterson.civ@mail.mil or and/or Yesenia Lugo, Contract Processor at Yesenia.lugo2.ctr@mail.mil. Questions concerning this sources sought may be directed to. Please be advised that.zip and.exe files cannot be accepted. (13) Place of Contract Performance: Aberdeen Proving Ground, Maryland, 21005
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec98c497dff6def6039fb667c7f50044)
 
Place of Performance
Address: Aberdeen Proving Ground (APG), Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04496042-W 20170506/170504235200-ec98c497dff6def6039fb667c7f50044 (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.