SOURCES SOUGHT
Z -- Lab Renovation, Bldg. 26, Rm B114
- Notice Date
- 1/26/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1194163
- Archive Date
- 2/23/2018
- Point of Contact
- Regina R. Williams, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA) Jefferson Laboratory Complex (JLC) in Jefferson, Arkansas is conducting market research to obtain information from small businesses (including 8(a), HUBZone, SDVOSB, and EDWOSB small businesses) concerning their availability and capability to perform the construction work described herein. Your responses to the information requested will assist the Government in determining whether this acquisition will be set-aside. The associated North American Industry Classification System (NAICS) Code is 236220- Commercial and Institutional Building Construction; Small Business Size Standard is $36.5 Million. Scope of Work This project includes lab renovation, Building 26, Room B114 to facilitate sample preparation. The Contractor shall provide all labor, materials, and equipment for lab renovation in accordance with the below requirements. Minimum Requirements (but not limited to): 1. Architectural: Contractor shall measure and verify actual dimensions. Remove and demolish cabinetry, cabinetry supports, sinks, gases, electrical infrastructure, flooring elements and other existing elements to facilitate renovation. Floor space to be used for freeze dryer shall be leveled and welded vinyl base shall be patched. Provide and install double sink with disposal & sprayer. Provide and install stainless steel countertops at new working areas. Countertops near sinks shall have lip and backsplash. Island countertop shall have lip and power for lab equipment on utility drops. Remove cabinetry underneath sinks, level flooring and patch flooring. Sinks shall be provided with new floor mounted disposal. North sink shall be installed with counter mounted eye wash. Repair and replace lay-in ceiling in areas damaged, or where incomplete system exists at cabinet supports. Repaint interior of lab. 2. Mechanical: Remove gases in areas to be used for new workspaces. Cap and valve in wall, or above ceiling. Island sink is to be removed. Water and drain systems shall be capped under counter. Contractor shall provide new sanitary and domestic service for new sinks, with cleanouts. 3. Electrical: Panel serving lab is in corridor, just outside the lab, labeled "Panel LRP1-2B". Contractor shall investigate and verify electrical infrastructure needed for new freezers, freeze dryers and other lab equipment in renovated lab. Four 120 outlets to be added to counter side of raceway to be used as convenience outlets. Existing north (larger) electrical raceways and outlets to be demolished shall be removed back to panel and replaced with spare. Provide new outlets for new freezers and freeze dryers in newly renovated lab. New outlets shall be on dedicated circuit, properly labeled at panel. Island shall be installed with three duplex outlets on each utility drop (total 2). Outlets shall be on dedicated circuit. Panel LRP1-2B shall be relabeled to indicate all new circuits. Provide disconnecting means for mechanical equipment, specifically disposals, per NEC. All new outlets shall be GFCI protected. The performance period will be 180 calendar days after issuance of the notice to proceed. The project magnitude is between $25,000 and $100,000. Firms believing they can meet the requirements above shall furnish capability statements sufficiently detailed for the Government to conclusively determine the experience and qualifications of the firm for the above project. Respondents shall limit their capability statements to no more than ten (10) pages, excluding cover page and table of contents. At a minimum, responses shall include the following: Cover page shall include, at a minimum, Business name, 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. Capability statements must provide detailed references and experience similar to the work described above performed by the contractor in the last three (3) years. Provide description of work, contract value, customer name and point of contact, customer telephone number, and any other information to demonstrate qualifications. Indicate if the firm was the prime contractor, subcontractor, etc. The government is not responsible for locating or securing any information, not identified in the response. Interested parties must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before February 8, 2018 by 12:00 hours (Central Standard Time in Jefferson, Arkansas) at the FDA/OO/OFBA/OAGS/DAP, Field Operations Branch, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1194163. 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 in Federal Business Opportunities. 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)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/ FDA1194163/listing.html)
- Record
- SN04801636-W 20180128/180126231324-222d33e5607b6b00eee9bb0613c9c9b0 (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 |