Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
SOURCES SOUGHT

R -- Central Reference Laboratory (CRL) Remediation, Azerbaijan

Notice Date
8/7/2018
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6217, United States
 
ZIP Code
22060-6217
 
Solicitation Number
HDTRA1-18-F-CRL-Remediation
 
Point of Contact
FBO Notices,
 
E-Mail Address
dtra.belvoir.acq-and-log.mbx.fbo-notices@mail.mil
(dtra.belvoir.acq-and-log.mbx.fbo-notices@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0. REQUIREMENT The Defense Threat Reduction Agency (DTRA) is seeking sources for the following requirements, capabilities, and deliverables that the U.S. Government may request to satisfy the following criteria scope of work: Requirements: Develop and adapt an integrated plan to concurrently and seamlessly execute all aspects of pre-commissioning and commissioning testing to prepare the CRL to achieving Third Party Validation (TPV), including: •- Perform airflow testing, adjusting, and balancing (TAB) on the supply and exhaust equipment of supporting the BSL-3 laboratory space in the CRL and provide a TAB report containing sufficient detail to serve as a baseline for TPV; •- Revise the sequence of operations and programming of the Building Management System (BMS) and Programmable Logic Controllers (PLCs) to ensure that the BSL-2 and BSL-3 laboratory spaces at the CRL function as intended per CRL design during normal operations, transition, failure, and failure recovery modes, and ensure that directional airflow is maintained in the BSL-2 and BSL-3 laboratory spaces; •- Perform functional and integrated performance testing of all critical systems required to commission the BSL-2 and BSL-3 laboratory spaces; •- Conduct an endurance test run on the systems. Capabilities: •- Ability and experience to rapidly mobilize to Baku, Azerbaijan. •- Demonstrated technical expertise and experience performing integrated and functional performance testing of Bio-Safety Level 2 (BSL-2) and BSL-3 facilities and requirements for the validation process. •- Demonstrated experience in programming Sauter and Phoenix systems installed at the CRL to control Heating, Ventilation, and Air Conditioning (HVAC) equipment in the CRL; design and construction management; trouble shooting and system closeout with direct commissioning role experience. Place of Performance: Azerbaijan This notice is for information and planning purposes only to assist the Agency in performing market research in order to determine if industry has interest and similar technical capability. This notice does not commit the Government to contract for any supply or service whatsoever. All documentation submitted shall become the property of the Government and will not be returned. Furthermore, the Agency is not seeking proposals and will not accept unsolicited proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought; all costs associated with responding to this sources sought will be solely at the interested party's expense. 2.0. RESPONSES TO THIS NOTICE Potential sources who believe they possess the qualifications, expertise and experience are requested to provide a capability statement, company information, and completed Questionnaire. Capability statement responses shall not contain classified information and shall clearly mark any proprietary information. Capability statement responses shall not exceed 3-pages in total, using 12-point Times New Roman font and one inch margins, including all appendices or attachments. The company information and questionnaire do not count against the 3-page limit. The Government may use non-Government (contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. Appropriate non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel and the Government and are on file with the Government. A submission of a response to this sources sought constitutes the respondent's acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non-Government (contractor) support personnel. Not responding to this notice does not preclude participation in any future solicitations. 3.0. COMPANY INFORMATION Additionally, please provide the following information: 3.1. Company name, CAGE Code, DUNS Number. 3.2. Business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Please refer to Federal Acquisition Regulation FAR 19 for detailed information on Small Business Size Standards. 3.3. Name, mailing address, phone number, e-mail of designated point of contact. 4. 0. QUESTIONNAIRE Please answer the following questions to the best of your ability: 4.1. Is your company currently providing similar services under any U.S. Government contracts? If yes, for which agency(s)? What is/are the contract number(s)? What contract type? Who is/are the Contracting Officer(s) and Administrative Contracting Officer(s)? What are their pertinent phone numbers, e-mail addresses, etc.? What types of labor categories are you providing under these contracts? 4.2. How long has your company been providing these types of services? How long has your company provided this type of service to the Federal/DoD/State government? 4.3. Which NAICS codes do you perform this service under? Which code(s) do you feel best represents this requirement? 4.4. Please describe your geographic focus (i.e. state specific, regional specific, nationwide, overseas, etc.) If you operate overseas, do you experience any delays or specific challenges with operating overseas? 4.5. If your company is a large business, do you have established relationships with small business providers? The Government desires to promote small business participation in this process. Please provide suggestions on how best to do so. Feel free to provide other suggestions as well as the associated advantages and disadvantages with your approach. 4.6. What certifications or qualifications do your employees generally possess? What is your company's process for validating employee certification/qualifications? 4.7. Do you have any experience or resources to process VAT, customs & duties exemptions in foreign countries?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/HDTRA1-18-F-CRL-Remediation/listing.html)
 
Record
SN05024133-W 20180809/180807231255-ef0cf7f3c4927d45efc9898602c41d4c (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.