Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
SOURCES SOUGHT

Z -- Sources Sought Notice for information on Capability/Availability of potential

Notice Date
8/1/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-13-R-0055
 
Response Due
8/16/2013
 
Archive Date
9/30/2013
 
Point of Contact
Kyle M. Rodgers, 251-690-3356
 
E-Mail Address
USACE District, Mobile
(kyle.m.rodgers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers, Mobile Regional Contracting Center is seeking information regarding capability and availability of potential contractors to perform an Indefinite Delivery Indefinite Quantity Task Order Contract for full service operation and maintenance of medical research laboratory facilities managed by the Medical Research and Materiel Command (MRMC), in support of the U.S. Army Medical Command's (MEDCOM) Sustainment, Restoration, and Modernization program. MRMC facilities are located on a variety of military installations including Ft Detrick, MD; Forest Glen, MD; Dover AFB, DE; Joint Base San Antonio, TX; Natick, MA; and Ft Rucker, AL. A determination regarding the potential for small business set-asides will be based on the information and interest received as a result of this notice. The potential Operation, Maintenance, and Minor Construction contract is intended to provide operation and maintenance of medical research facilities in a continuous and satisfactory condition on a 24 hour basis, 7 days per week. Requirements include preventive, predictive, demand, and emergency maintenance of all facility systems and components including but not limited to architectural, mechanical, electrical, and instrumentation. Minor construction incidental to the O&M mission may also be required. Total capacity over the potential five year life of the contract (base year plus four option years) is $40,000,000. Work will require extensive knowledge of the functional operation of medical research facilities, relating to the efficient use of the facility, equipment, facility support systems, and building structures. Since the facilities will be in full operation, the contractor will be required to minimize interference with the daily operation of the laboratories and support facilities, and will be required to comply with requirements of a number of regulatory and accrediting bodies such as the American Association For Accreditation Of Laboratory Animal Care (AAALAC). The facilities to be covered by the intended contract include Bio-safety Levels (BSL)-2, 3, and 4 research laboratories and laboratory support functions, Animal Bio-safety Levels (ABSL) -2, 3, and 4 animal holding facilities for small and large species to include non-human primates and vivarium facilities, veterinary treatment facilities, public health/analytical laboratories, field laboratories (dry labs), food analysis and diagnostic laboratories, laboratories working with chemical agents, and facilities that use specialized equipment/chambers. MEDCOM laboratories also focus on research, development, testing and evaluation of medical products related to health hazards associated with aviation, tactical combat vehicle systems, selected weapons systems, airborne operations, environmental hazards, combat casualty care (trauma, burn and critical care), medical hazards of laser radiation, and exposure to extreme thermal conditions (heat, cold, high terrestrial altitude). The performing contractor's personnel will be required to meet security and health screening requirements. In addition, there may be facilities or portions of facilities that require medical testing and/or immunization of Contractor employees, beyond basic OSHA requirements, before the employees are authorized to work in the controlled room, area, or facility. This requirement may be due to the containment requirements in bioresearch laboratories, the potential for exposure of workers to toxins or communicable diseases, etc. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Businesses, and Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $33.5 Million. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's capability to perform, to include logistic complexity, and facility/project size. Biomedical research facility operation and maintenance experience is required. Experience in other types of laboratories (instrumentation, chemical, etc) is not considered equivalent to biomedical research laboratory experience. Operation and maintenance of a single building system (hvac, electrical, etc) is not considered indicative of experience in full service facility operation and maintenance. 3. Offeror's business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Large Business Concerns. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 4. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 5. No more than five (5) projects that are at least 50% complete within the past five years that demonstrate their capability to perform the type of work described above in biomedical research facilities. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address). Interested Offerors shall respond to this Sources Sought Synopsis no later than 16 August 2013. Responses should be submitted via e-mail to CTC-Proposals-MEDCOM@usace.army.mil. The e-mail subject line for each response should include Response to Sources South Synopsis MRMC IDIQ. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-13-R-0055/listing.html)
 
Place of Performance
Address: Medical Research and Material Command, Multiple Locations (MD, DE, TX, MA, and AL) 810 Schreider Street Fort Detrick MD
Zip Code: 21702-5012
 
Record
SN03135558-W 20130803/130802000905-3aa28279990bb61a63e72065feab0a0b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.