Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2002 FBO #0189
SOURCES SOUGHT

J -- Sources Sought Notice for Operation and Maintenance Services in Irvine, CA

Notice Date
6/7/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Division of Construction and Agency Support Contracting, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
223-03-9850
 
Response Due
6/28/2002
 
Archive Date
7/13/2002
 
Point of Contact
Lorena Forgosh, Contract Specialist, Phone (301) 827-7044, Fax (301) 827-7101, - Glenda Barfell, Contract Specialist, Phone (301) 827-7042, Fax (301) 827-7101,
 
E-Mail Address
lforgosh@oc.fda.gov, gbarfell@oc.fda.gov
 
Description
This announcement constitutes a Sources Sought Synopsis. Responses to this publication are solicited to provide comment and identify qualified sources, including 8(a) sources and small businesses who have the interest and ability to provide operation and maintenance services as detailed below. The NAICS code is 561210, which has a size standard not to exceed $6M. The FDA at Irvine facility is a new research laboratory and office building located at 19701 Fairchild Ave, Irvine, California. The facility is adjacent to the University of California, Irvine Campus. The expected occupancy date is August 2003. This advertisement seeks to identify the interest from potential Contractors for the facility's Operation and Maintenance contract. The Contractor will be responsible for performing all operations and maintenance to the physical plant, including but not limited to all structural, electrical, mechanical, plumbing, fire protection systems and automated building control systems. This is not a request for a formal proposal. Demonstrated ability of the Contractor will be required upon a request for a formal written proposal. Contractors expressing an interest must have service contracting experience in a research facility of similar size and type (major chemistry and/or microbiology laboratory/hospital/medical research facilities especially as related to complex operational mechanical/electrical building utility systems on Government projects and/or property.) The building is two stories plus a basement comprised of approximately 12,535 total gross square meters (134,926 gsf), approximately 5,216 gross square meters (56,145 gsf) of office space and 7,319 gross square meters (78,781 gsf) of biology and chemistry wet laboratories. Other building areas include a detached storage building, various environmental rooms, and a Biological Safety Level 3 (BSL) suite for handling a variety of select agents. The office areas are steel frame construction. The laboratories are cast-in-place concrete construction. The building has exposed cast-in-place architectural concrete sheet walls throughout. Other building elements include a sloped glazed curtainwall, three elevators, and built-up flat roof. The building mechanical systems use VAV-air supply in offices and a constant volume, single pass air system in laboratories with centralized multiple laboratory exhaust, rooftop AHUs and lab exhaust equipment.  Laboratory spaces are served by three packaged modular constant volume air handling units delivering 58,000 L/S of 100% air.  Three main exhaust systems serve 100 individual fume exhaust hoods and general room exhaust removing 58,000 L/S.  All exhaust fans have an up-blast configuration.  Office spaces are served by three packaged modular variable volume air handling units delivering 32,000 L/S of conditioned air.  Two water-cooled electric chillers combined with two packaged cooling towers supply 3000 kW of chilled water capacity to the AHU cooling coils.  Two gas fired hot water boilers supply 3200 kW of hot water capacity to the AHU and reheat system-heating coils.  A gas fired clean steam boiler provides chemical free humidification throughout the building.  All building mechanical systems are monitored and controlled by a digital integrated building automation and control system. Responses must reference number 223-03-9850 and include the following: (1) name and address of firm, (2) type of business (i.e.: small business, small disadvantaged 8(a) certified, woman-owned small business, small disadvantaged business (not 8(a) certified), veteran-owned small business, large business), (3) two points of contact: name, title, phone, fax and e-mail, (4) DUNS number, (5) NAICS code, (6) contractor's capabilities statement: should summarize experience and knowledge relative to the following general areas as it relates to the scope of work, (7) list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer, reference and customer point of contact with phone number, and identify your role as either the Prime or Subcontractor. FDA anticipates awarding a combination Fixed Price/Indefinite Quantity type contract with a base year and four one-year option periods. Responses shall be submitted via mail to the point of contact address below by June 28, 2002. Please direct any questions via e-mail to the Point of Contact, Lori Forgosh, lforgosh@oc.fda.gov. THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. RESPONDENTS DEEMED FULLY QUALIFIED WILL BE CONSIDERED IN ANY RESULTING SOLICITATION FOR THE REQUIREMENT. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST ARRIVE ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR RESPONSES IS JUNE 28, 2002.
 
Place of Performance
Address: Food and Drug Administration, 19701 Fairchild Avenue, Irvine, CA
Zip Code: 92612-2506
Country: USA
 
Record
SN00089937-W 20020609/020607213114 (fbodaily.com)
 
Source
FedBizOpps.gov 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.