SOURCES SOUGHT
V -- NRL Building 208 Relocation of Laboratories, Machine Shops and Offices
- Notice Date
- 8/1/2018
- Notice Type
- Sources Sought
- NAICS
- 484210
— Used Household and Office Goods Moving
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-18-RFI-ZL01
- Archive Date
- 9/14/2018
- Point of Contact
- Zun Z. Lin, Phone: 2027673003
- E-Mail Address
-
zun.lin@nrl.navy.mil
(zun.lin@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUESTFOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT A. INTRODUCTION The Naval Research Laboratory (NRL) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for relocation of Offices, Machine Shops and Laboratories. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. B. PLACE OF PERFORMANCE The place of performance for this requirement will be at the Naval Research Laboratory, 4555 Overlook Ave, SW, Washington, DC 20375. C. BACKGROUND The Naval Research Laboratory will be relocating those of its operations which are currently located in Building 208 to buildings which are undergoing renovation, particularly Buildings 65, 75, 74, 81, and 970T. These renovations involve four distinct projects: 1) Renovation of Buildings 65 and 75 2) Renovation of Building 74 and 81 3) Renovation of Building 970T 4) Construction of a standalone building (designation to be determined) of roughly 5,000 sq.-ft. which will house a roughly 3,300 sq.-ft. Class 1000 clean room. The completion dates of these four projects are currently unknown, however it is expected that occupancy of any of these buildings will not begin until 2020. Current Building Configuration : Building 208: Building contains offices and laboratories as follows: First floor : 56 rooms at ~261 sq.-ft./room 56 used as laboratory space 46 rooms at ~158 sq.-ft./room 37 used as office space 2 used as storage space 4 used as machine shop space 1 used as kitchen space 2 used as laboratory space Second floor : 56 rooms at ~261 sq.-ft./room 46 used as laboratory space 1 used as storage space 3 used as machine shop space 5 used as conference room space 1 used as kitchen space 49 rooms at ~158 sq.-ft./room 42 used as office space 3 used as storage space 4 used as laboratory space Third floor : 56 rooms at ~261 sq.-ft./room 49 used as laboratory space 2 used as storage space 1 used as machine shop space 1.5 used as conference room space 1.5 used as kitchen space 1 used as general administrative space 49 rooms at ~158 sq.-ft./room 46 used as office space 1 used as storage space 2 used as machine shop space Fourth floor : This floor contains HVAC and other utilities for the building. No items from this space are to be moved. Fifth floor : 1 room at ~340 sq.-ft. used as laboratory space 1 room at ~400 sq.-ft.used as laboratory space 1 room at ~1825 sq.-ft. used as laboratory space 1 room at ~100 sq.-ft. used as office space In building 208 multiple adjacent rooms may have common walls removed to make a larger facility. Future Building Configuration: Building 65/75 Renovation : Being contiguous, Buildings 65 and 75 are being renovated as a single project. Upon completion: Building 65 will contain approximately : 14,500 sq.-ft. of laboratory space 8,000 sq.-ft. of office space 250 sq.-ft. of general administrative space 200 sq.-ft. of kitchen space 1,450 sq.-ft. of conference room space Building 75 will contain approximately : 11,500 sq.-ft. of laboratory space 5,100 sq.-ft. of office space 220 sq.-ft. of general administrative space 200 sq.-ft. of kitchen space 150 sq.-ft. of conference room space Building 74/81 Renovation : Being contiguous, Buildings 74 and 81 are being renovated as a single project. Upon completion, Building 74/81 will contain approximately: 11,500 sq.-ft. of laboratory space 4,700 sq.-ft. of office space 150 sq.-ft. of kitchen space 460 sq.-ft. of conference room space Building 970T Renovation : Upon completion, Building 970T will contain approximately: 3,150 sq.-ft. of machine shop space (consolidates all machine shop space) New Class 1000 Clean Room Building : Upon completion, New Class 1000 Clean Room Building will contain approximately: 3,300 sq.-ft. of finished Class 1000 Clean Room space (consolidates current Building 208 fifth floor clean room (~1825 sq.-ft.) and several small (~200 sq.-ft.) soft-wall clean rooms located throughout Building 208.) D. REQUIREMENT The Naval Research Laboratory is interested in obtaining services which will: 1) disconnect and disassemble, as needed, Building 208 office and laboratory equipment, 2) transport these items to the appropriate locations in the new buildings, and 3) reassemble, reconnect, and certify the operation, per supplied specifications, in their new locations. In general, equipment will be mapped from a location (room) in Building 208 to an approximately equivalent sized space (room) in one of the new/renovated facilities. The final mapping has yet to be determined, however the tentative mapping provided in the Relocation Inventory List (Attachment 01) is representative of the final assignments. The paragraphs below provide description of required services for relocation of the Offices, Machine Shops and Laboratories. 1. Relocation of Offices: The contents of all offices will be moved. As the completion dates for the renovated office spaces in Buildings 65/75 and 74/81 have not been established, the start date for these efforts will begin no later than 90 days after NRL notifies the Contractor that NRL has received a certificate of occupancy for each of the projects. After each notification of each receipt of the certificate of occupancy for each project, all offices mapped from Building 208 to that project will be completed within 270 days. Moving of each office includes the furniture, the contents of the furniture, all computers and related peripherals (e.g. monitors, external drives, printers, etc.), white boards, wall mounted items, etc. NRL personnel will be responsible for disconnecting all electrical and data wires prior to move and reconnecting all electrical and data wires after the move. Contractor must supply a minimum 24-hour advance notice prior to moving the contents of an office. Within that 24-hour period, the office occupant(s) will provide the Contractor with a sketch showing where each item should be located after the move. Each office move must be completed within 24 hours. The accompanying Relocation Inventory List (Attachment 01) describes the contents of many of the current offices as well as the location to which its contents are to be relocated. In the case where the specific contents of an office are not listed, a generic office consisting of the following items and their contents: 1) Two desks (approximately 60" wide by 30" deep) 2) Four bookcases (approximately 30" wide by 72" tall) 3) Four chairs 4) Two 5-drawer filing cabinets 5) Two desktop computers, monitors, and peripherals 6) One printer should be assumed. Appendix C provides photographs of some typical Building 208 offices and their contents. 2. Relocation of Machine Shops : All contents of all machine shops in Building 208 will be moved to Building 970T upon renovation of approximately 2150 sq-ft of space in Building 970T. As the completion date for the Building 970T renovation has not been established, the start date for this effort will begin no later than 90 days after NRL informs the Contractor that NRL has received a certificate for the renovated space in Building 970T. After receipt of notification of the certificate of occupancy, the equipment and supplies in all machine shop spaces in Building 208 must be disconnected, transported to Building 970T, reconnected, and made operational within 270 days. For each machining tool listed in a shop space in the accompanying Excel spreadsheet, Contractor must supply a minimum 1-week advance notice prior to disconnecting and preparing to move each machining tool. Once that notice is given, the Contractor has 3 weeks to complete the move and have the machining tool fully operational in 970T, unless a longer time period is allocated as specified in the accompanying Relocation Inventory List (Attachment 01). Additionally, the accompanying Relocation Inventory List will specify any items where performance metrics must be verified after the move. Due to the very specialized nature of these particular items the Contractor may need to engage and partner with subcontractor(s) (e.g. Original Equipment Manufacturer (OEM)) who has the knowledge and expertise to ensure performance specifications are met. 3. Relocation of Laboratories : The contents of all laboratories will be moved. As the completion dates for the renovated laboratory spaces in Buildings 65/75 and 74/81 have not been established, the start date for these efforts will begin no later than 90 days after NRL notifies the Contractor that NRL has received a certificate of occupancy for each of the projects. After each notification of each receipt of the certificate of occupancy for each project, all laboratories mapped from Building 208 to that project will be completed within 270 days. Moving of each laboratory includes everything with the exception of the laboratory furniture (but does include the contents of the Building 208 laboratory furniture) and some very delicate custom instrumentation that will be moved by NRL scientists. NRL personnel will be responsible for disconnecting all electrical and data wires prior to the move and reconnecting all electrical and data wires after the move. Contractor must supply a minimum 2-week advance notice prior to moving the contents of a laboratory. Within that 2-week period, NRL will provide the Contractor with a sketch showing where each item should be located after the move. The accompanying Relocation Inventory List (Attachment 01) provides a mapping of each laboratory from its Building 208 location to its new location. It also provides a list of items in each Building 208 laboratory that will need to be moved. Each laboratory move (including utility disconnection, disassembly, physical move, reassembly, and utility reconnection) must be completed within 2 weeks, unless a longer time period is allocated as specified in the accompanying Relocation Inventory List (Attachment 01). The accompanying Relocation Inventory List will call out in Column L any specialized equipment where the Contractor must demonstrate that performance specifications have been met. Due to the very specialized nature of these particular and specialized items, the Contractor will likely need to engage the services of subcontractor(s) (e.g. OEM) who has the knowledge and expertise to ensure performance specifications have been met. The two included PowerPoint files (Exhibit A and Exhibit B) are exemplars for the type of equipment found in Building 208 laboratories. NOTE: Attachment 01 (Relocation Inventory List), Exhibit A (B208-R114A-118A-EquipmentPhotos) and Exhibit B (B208-R237-239-EquipmentPhotos), referenced above will be provided upon request. Request should be submitted via email to the Contract Specialist, Zun Lin, at zun.lin@nrl.navy.mil. The email must provide your business name, address, and CAGE Code or DUNS#. E. ELIGIBILITY The applicable NAICS code for this requirement is 484210 with a Small Business Size Standard of $27.5M. The Product Service Code is V301. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. F. INFORMATION REQUESTED If your organization has the potential capacity to perform the above described services, please submit a capabilities statement of no more than fifteen (15) pages in length. The deadline for response to this request is no later than 10:00 AM, EST, 30 August 2018. All responses under this Sources Sought Notice must be emailed to Zun Lin, Contract Specialist, at zun.lin@nrl.navy.mil, in either Microsoft Word or Portable Document Format (PDF) format. The Government will evaluate market information to ascertain potential market capacity to provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. If deemed necessary, the Government will conduct a site visit at a future date to the enable potential sources to further understand the requirement as well as tour certain areas of specific interest for the intended requirement. The capabilities statement must address at a minimum the following items: 1. Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. 2. Describe your company's approach to meeting the requirement described in this source sought. Specifically, relocation of highly complex and unique laboratory equipment and machineries described in the requirements section above. 3. What type of work has your company performed in the past in support of the same or similar requirement? Please provide details, to include contract number, point of contact, e-mail address, phone number, and detail description of your support of the effort. 4. Can or has your company managed a team of subcontractors before? If so, provide details regarding proposed joint ventures, teaming arrangements, or other business arrangements to satisfy these requirements. If significant subcontracting or teaming is anticipated in order to deliver technical capability, please address the administrative and management structure of such arrangements. 5. What specific technical skills does your company possess which ensure capability to perform the tasks? Discuss the core competencies of your employees to support this effort. Discuss the anticipated level of effort required to support this requirement. 6. Please provide a rough order of magnitude (ROM) cost for this requirement. Please note that this is not a RFP or RFQ, information is intended to be used for Government planning purposes only. 7. Please note that under a Small-Business Set-Aside, in accordance with Federal Acquisition Regulation (FAR) 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of Performance. Provide an explanation of your company's ability to perform at least 50% of the tasks described in this announcement for the entire performance period. 8. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 9. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 10. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 11. Discuss foreseen risks (technical, schedule, and etc.) associated with this requirement. Discuss how the Government can assist with mitigation of those risks with its contracting strategy for this requirement. 12. Provide recommendation and feedback on the appropriate contracting type that is suitable for this requirement. 13. Is your company currently performing a similar effort under a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract? If so, please provide the contract vehicle number(s) and the applicable NAICS code for the contract(s). Note: The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted in writing via email to the Contract Specialist identified in this announcement. No phone calls will be accepted. The Government is NOT obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-18-RFI-ZL01/listing.html)
- Record
- SN05015539-W 20180803/180801231322-7d729be8e179286dbd8674145cdbf366 (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 |