Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOURCES SOUGHT

Z -- NCTR Road & Drainage Improvements

Notice Date
12/9/2019 6:33:44 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
FDA Office of Acquisitions and Grants Services Rockville MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
FDA-SSN-1222085
 
Response Due
12/19/2019 10:00:00 AM
 
Archive Date
01/03/2020
 
Point of Contact
Jennifer L. Johnson, Phone: 8705437830
 
E-Mail Address
jennifer.johnson3@fda.hhs.gov
(jennifer.johnson3@fda.hhs.gov)
 
Description
MARKET RESEARCH PURPOSES ONLYNOT A REQUEST FOR PROPOSAL OR SOLICITATIONThe U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) is issuing this source sought announcement on behalf of the National Center for Toxicological Research (NCTR) campus in order to determine if there are existing small business sources capable of providing required Road & Drainage Improvements.The appropriate NAICS code for the acquisition is 237310-- Highway, Street, and Bridge Construction; Small Business Size standards - $36.5 MIL.Background:The NCTR campus has many drainage structures, parking areas and roads that are beginning to fail or have already failed. There is an immediate need to repair this infrastructure consisting of: replacement of drainage structures, repair and/or replace concrete drives along with asphalt overlay of roads and parking areas at the facility located at Jefferson, Arkansas. Minimum Performance Requirements:The project consists of repair/replacement of all paved streets and main parking lot for the entire campus. Specifically, the major items shall consist of the following: Repaving the parking lot, with new wheel stops and striping. Flow of traffic shall remain the same. Repaving entry road from county road to parking lot. Repaving perimeter road of campus. Repaving internal roads of campus. Pedestrian mall from Building 21 (Security Building to intersection south of Building 31. Mall Area between Building 26 and building 50 (Fountain Area), to include French drain along sidewalk of Buildings 50 and 54. Replacing all culverts in need of replacing. Paving the alleyway between Buildings 62 and 85. The repair of drainage on the east side of entrance road north of the visiting scientist dorms and south of the creek. *The total quantity of paving is approximately 115,000 square yards (SY), to include both concrete sidewalk and Asphalt Concrete Hot Mix (ACHM) paving work. Period of Performance: Base Period: 180 calendar days after issuance of the notice to proceed. Place of Performance: U. S. FDA National Center for Toxicological Research 3900 NCTR Road Jefferson, AR 72079 Project Magnitude is between $1,000,000 and $5,000,000. Responses to this source sought shall unequivocally demonstrate the respondent is regularly providing Road & Drainage Improvements work. Though the target audience is small business vendors or small businesses capable of supplying a U.S. service of a small business vendor or producer, all interested parties may respond. At a minimum, responses shall include the following: Business name and bio, 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. Provide this same information again if responding to provide a service offered by another firm. The offeror shall furnish capability statements with sufficient technical information necessary for the Government to conclusively determine experience and qualifications of the firm for the performance requirements identified above. Respondents shall limit their capability statements to no more than ten (10) pages, excluding cover page and table of contents. Past Performance information shall include where the respondent has provided same or substantially similar work solutions. For each past performance reference include the work period of performance, contract number, description of work provided, dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of company (to include DUNS number and size status) if not the respondent. Indicate if the firm was the prime contractor and installer or subcontractor. The capability statement shall provide proof of bonding capability (note magnitude of construction project above). If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response. Interested parties shall respond with capability statements in person, by e-mail, mail or other delivery method before 12:00 pm (Central Time - Local Prevailing Time in Jefferson, Arkansas) on December 19, 2019 to jennifer.johnson3@fda.hhs.gov, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS/DAP, Attention of Jennifer L. Johnson, 3900 NCTR Rd., Bldg. 50, Rm. 429, Jefferson, AR 72079-9502 and Reference: FDA-SSN-1222085. 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 on Beta.SAM.gov. 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). Additional Notes: If the stated requirements appear restrictive, please submit comments detailing the concern.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d4aca2d3a3fa4453aac53123406a9db3/view)
 
Place of Performance
Address: 34945, AR 72079, USA
Zip Code: 72079
Country: USA
 
Record
SN05512474-F 20191211/191209230252 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.