Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

R -- Nationwide Logistical and Move Support - U.S. EPA

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
CPOD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD Cincinnati OH 45268 USA
 
ZIP Code
00000
 
Solicitation Number
68HE0C18R0013
 
Response Due
1/11/2018
 
Archive Date
2/11/2018
 
Point of Contact
Werwick, Brad
 
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 interested and capable offerors in the marketplace with the knowledge, skills and capability to perform the work described below. The contractor shall provide nationwide, continental U.S., logistical and move support for EPA laboratories and offices that includes, but is not limited to, all tasks associated with the relocation of equipment, furniture, materials and supplies, scientific equipment, specialty equipment, glassware, refrigerators, freezers, large pilot scale equipment, chemicals, and any other items that need to be moved. The contractor shall provide the necessary labor, supervision, coordination, equipment, materials, and supplies to execute the identified tasks. Interested vendors must be capable of moving, both, offices and laboratories. The contractor shall be required to coordinate, oversee, and acquire the services of any specialty equipment vendors, manufacturers, subcontractors, and other resources as required to move offices, laboratories, and equipment (including specialty equipment). As directed, the contractor shall prepare the offices/laboratories/equipment for the move, pack the offices/laboratories/equipment, complete the physical move, and reinstall and recalibrate equipment, as needed. Moves may be within a single geographic location or occur between geographic locations. The logistical support may include the storage of some items in portable storage containers provided by the contractor. Specialty equipment includes, but is not limited to: scientific equipment, instrumentation, and large pilot scale equipment. The specialty equipment may require assistance from specialty vendors, manufacturers, and other resources to assure the equipment is safely moved and returned to the manufacturer's recommended optimal operational parameters and/or to maintain current documented warranties. Some examples of equipment requiring specialty vendor coordination includes, but is not limited to: mass spectrometers, High Performance Liquid Chromatographs/Gas Chromatographs with and without Mass Spectrometers, nitrogen generators, Scanning Electron Microscopes, X-ray spectrometers, Inductively Coupled Plasma Mass Spectrometers, autosamplers, extractors, microscopes, low-temperature freezers, ultra-low freezers, and a Nuclear Magnetic Resonance system. In addition, the capability to move chemicals, standards, and samples is required. The capability to respond to spills and releases incurred by the contractor is also required. The contractor must have a Certified Hazardous Material Manager and meet all U.S. Department of Transportation, Hazardous Material Shipping Regulations per 49 Code of Federal Regulations (CFR). Refrigerators and freezers and their contents, including chemicals, standards, and samples, shall be moved within the refrigerator/freezer manufacturer's designated operating temperature set points to maintain the scientific integrity of the contents. As required, the contractor shall provide riggers, cranes, forklifts and any other heavy material handling equipment needed to safely move laboratory equipment and/or office equipment identified to be moved. The contractor, its subcontractors, and vendors shall be required to exercise necessary precautions to protect the existing infrastructure of buildings and facilities, including, but not limited to, floors, wall coverings, etc. NARRATIVES SHALL BE NO LONGER THAN SEVEN (7) TOTAL PAGES. Please include a narrative for the requested information and discuss any questions/concerns. Additional information such as brochures and other industry information is not included in the 7-page limitation. 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 business status (i.e. Large, Small, Certified HubZone, 8(a), Service-Disabled Veteran-Owned, or Women-Owned Business; (3) Descriptions of Previous experience within the previous five (5) years on projects considered similar in technical scope and complexity to the proposed EPA project. Please include dates of work, references, project costs, and complexity of the projects; (4) A statement on the portion of the work that will be self-performed on this project, and how it will be accomplished. All interested and capable qualified businesses are encouraged to reply to this market survey request by submitting a narrative demonstrating their experience in providing the office space and laboratory relocation services as described above. This market survey is to determine whether or not this project should be set-aside for small businesses or a small business subcategory based on the responses received. If you have any questions, please contact Brad Werwick, Contracting Officer, at werwick.brad@epa.gov. This is NOT a solicitation and does not constitute any commitment by the Government. Responses to this sources sought notice will be utilized by the Government to make appropriate acquisition decisions. All interested sources must respond to future announcements separately from responses to this market survey. Responses to this sources sought announcement are to be sent via email to Brad Werwick, Contracting Officer, at werwick.brad@epa.gov, no later than 5:00 PM Eastern Time on Thursday, January 11, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/68HE0C18R0013/listing.html)
 
Record
SN04773737-W 20171223/171221231307-331c98e33fec34af1e45171f353ed871 (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.