Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOURCES SOUGHT

C -- FDA Chemistry Center AE Design Excellence - Sources Sought

Notice Date
9/10/2019
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
47PF0019R0131
 
Archive Date
10/9/2019
 
Point of Contact
Anthony W. Walton, Phone: 312-813-9180, Kathern M. Williams, Phone: 312-350-5391
 
E-Mail Address
anthony.walton@gsa.gov, kathern.williams@gsa.gov
(anthony.walton@gsa.gov, kathern.williams@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought FDA Chemistry Center Architect/Engineer Design Excellence – Sources Sought The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research only. Depending on market research and other influences, GSA anticipates issuing a solicitation for this project approximately November 2019. This procurement will be advertised under North American Industrial Classification System (NAICS) code 541310 – Architectural Services. The small business size standard for NAICS code 541310 is $7.5M in average annual receipts over the past three (3) years. This is not a request for offers or proposals. The Government does not intend to award a contract based on responses and the Government is not obligated to and will not pay for information received as a result of this announcement. General Information The Food and Drug Administration (FDA) Forensic Chemistry Center (FCC) located at 6751 Steger Drive, Cincinnati, OH 45237. The FCC serves as a premier national forensic laboratory for method development, research and analysis related to regulatory, chemical contaminant and counter-terrorism issues concerning foods, drugs and other FDA regulated products. The capabilities and expertise of the FCC provide support to FDA agents, investigators and officials to help assure that the consumer is protected from fraudulent and harmful products and terrorism. The estimated Design price range is $1,000,000 to $5,000,000 Project Description The General Services Administration (GSA) intends to award a firm fixed-price, Architect/Engineer Design Excellence contract for the FDA Forensic Chemistry Center in Cincinnati, OH. GSA proposes a repair and alteration project for the Department of Health and Human Services, FDA FCC located at 6751 Steger Drive in Cincinnati, OH. The proposed project will modernize the building's outdated systems and expand FDA's laboratory spaces in order to meet the agency's long-term requirements. The FCC was constructed in 1998 as a build-to-suit lease specifically for FDA's use. GSA exercised a lease purchase option and assumed ownership of the asset in June 2018. The building, which is located on a 8-acre site within the City of Cincinnati, has approximately 77,000 gross square feet, one story above grade, and underground parking for 29 spaces. The building is steel framed with concrete and steel curtain wall. FDA's requirement for laboratory space at this location has expanded over the years. A building addition was constructed in 2004. The project also proposes the buildout of approximately 20,400 usable square feet of office space at the John Weld Peck Federal Building in Cincinnati, OH. The space will house the FDA District Office that is currently located in the FCC and a component of FDA office space that is in a leased space. The office space consolidation in the Peck Federal Building will allow for the needed expansion of laboratory space in the FCC. The project scope includes demolition of the existing FDA's District Office space of approximately 12,000 USF at the FCC to accommodate the expansion of the FDA's laboratory. Existing lab areas will be partially demolished and upgraded with new finishes. Renovations will be made to the buildings systems including HVAC upgrades, lighting upgrades, emergency power upgrades, replacement of the fire protection system, restroom upgrades, and improvements to the loading dock. Unique Situations/Risks The project will be compliant with the Design Excellence Guiding Principles and GSA's Design Excellence Program. The design team’s approach must produce a lab facility in compliance with the current edition of the National Institutes of Health (NIH) Design Requirement Manual. Work will take place in an occupied building but no adverse impact on tenant missions will be acceptable. Project must also comply with the P-100 (Facility Standards for Public Buildings) and all other applicable building codes and standards. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages. The capability statement shall be sufficient in detail to allow Government to determine the organization's qualifications to perform the work. The statement shall include: 1) a) Company name b) CAGE code c) DUNS number d) Active SAM registration printout ( www.sam.gov ) e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart to include the design team. 4) Capabilities and experience with federal design projects over $40,000.000. Submitted references should highlight recent and relevant laboratory renovation and office renovation design projects in occupied buildings within the past 8 years. 5) Statement of capability to bond for a project in the $5,000,000 range. 6) Contact information, Point of contact name, Phone number, E-mail address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 10 double-sided pages. Responses should be emailed to anthony.walton@gsa.gov no later than the time and date provided below. Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review and planning purposes only. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. Please check FBO for updates. Incomplete responses will not be considered in determining market availability. All interested parties are required to respond to this sources sought announcement via email no later than 3:00 p.m. CST, September 24, 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9f7f3f89c1b7c36a9a785fc377428270)
 
Place of Performance
Address: FDA Forensic Chemistry Center 6751 Steger Drive in Cincinnati, OH 45237, Cincinnati, Ohio, 45237, United States
Zip Code: 45237
 
Record
SN05438505-W 20190912/190910231148-9f7f3f89c1b7c36a9a785fc377428270 (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  © 1994-2020, Loren Data Corp.