Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
SOURCES SOUGHT

Y -- Design and Construction project at the FDA Winchester Engineering and Analytical Center

Notice Date
7/21/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-16-X-0027
 
Archive Date
9/5/2016
 
Point of Contact
Robert Garrahan, Phone: 978-318-8814
 
E-Mail Address
Robert.C.Garrahan@USACE.Army.mil
(Robert.C.Garrahan@USACE.Army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a Design and Construction project at the Food and Drug Administration (FDA) Winchester Engineering and Analytical Center (WEAC) in Winchester, Massachusetts to determine the interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran Owned, and Small Business concerns as described below. The NAICS code for this procurement is 236220. The estimated construction cost is between $25,000,000.00 and $100,000,000.00. The project is planned to be issued on or about December 2016. The project scope of work includes the design and construction of a new three-story building with a penthouse adjacent to the existing WEAC facility. The new WEAC facility shall be designed in accordance with NIH Design Requirements Manual for Biomedical Laboratories and Animal Research Facilities (DRM). The WEAC is a multi-disciplinary, full-service specialty laboratory with capabilities in the areas of medical device/radiation-emitting products, radionuclides, and microbiology analyses. It is the national servicing laboratory for engineering and radioactivity analyses, and FDA's only major laboratory installation to provide services in these two specialty areas. Device analysis work involves engineering, chemical, and microbiological evaluations of medical devices, and engineering analyses of radiation-emitting products. This work supports programs under FDA's Center for Devices and Radiological Health (CDRH); and WEAC is the primary field laboratory upon which CDRH relies for its analytical services. The new building footprint shall be approximately 75,200 Building Gross Square Feet (BGSF). The first floor, approximately 28,668 SF, shall consist of the Engineering Branch, which includes 3 enclosed offices; an open office space capable of housing 25 cubicles; a conference room; and lab space (hearing; microwave; electromagnetically (EM) shielded; glove and condom; laser; sun lamp; x-ray; and fatigue). The second floor, approximately 19,726 SF, shall consist of the Radionuclides Branch, which includes 2 enclosed offices; an open office space capable of housing 18 cubicles; a conference room; and lab space (hot; general chemistry; chemistry wet; laminar hood; container closure; liquid scintillation; mass spectrometer; instrument control; gamma counting; alpha counting; beta counting; ashing; radionuclides glasswash; and Whole Body Counter). The third floor, approximately 18,468 SF, shall consist of the Bioeffects Branch, which includes 1 enclosed office; an open office space capable of housing 13 cubicles; a conference room; and lab space (tissue; infectivity; seafood sensory; food microbiology; sterility; microscopy; media prep; media prep walk-in refrigerator; molecular techniques; and bioeffects glasswash). The penthouse, approximately 8,336 SF, shall house the mechanical and electrical equipment. Support office areas, such as the Director's Office, WEAC headquarters, and shared support areas are provided as part of the BGSF throughout the three floors. They include, but not limited to, enclosed and open office spaces; library; file room; lunch room; training room; conference room; security reception area; atrium; lockers & showers room; mail room; high activity holding area; sample custodian area; loading dock; elevators & elevator lobby; and stairwells. This project involves civil, mechanical, electrical, plumbing, structural, geotechnical, and architectural disciplines. Existing site electrical, water, sewer, gas, telecom, and drainage are available and shall be connected to the new building. The work is located adjacent to and within an active and occupied existing WEAC facility. Testing and analytical work will be ongoing in the existing facility during the construction of the new WEAC facility. Impact to on-going operations must be kept to a minimum and carefully coordinated with the Contracting Officer and WEAC staff. Interested firms should submit a capabilities package to include the following: business classifications (i.e. HUBZone, etc.) as well as qualifications of the Design-Build team and experience in performing the work requirements stated above. Firms must submit past demonstrated experience with two examples of a design-build project, similar in scope and magnitude to this project that the team has performed. The examples must demonstrate beyond typical building construction and should highlight demonstrated experience with construction on an occupied site with minimal impact to existing operations and cutover time; and with management, coordination, design, and execution of a multi-discipline (civil, structural, MEP, etc.) project. Additionally, at least one of the examples must indicate the firm's experience in construction of a multi-disciplinary, full-service laboratory with capabilities in the areas of medical device/radiation emitting products; radionuclides; and microbiology analyses. The past experience examples must have been performed within the last five years. Indicate the team's major subcontractor(s), including their prior experience and qualifications, which will be used to support the effort. The responses shall clearly identify the role (i.e., designer of record, prime construction contractor, subcontractor, construction manager, etc.) of each party identified in the capabilities package for each project submitted. Responses shall also include proof of bonding capability. Responses are due August 21, 2016. Responses should be either emailed to Robert Garrahan at Robert.C.Garrahan@usace.army.mil or mailed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Robert Garrahan. Responses are limited to twenty pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-16-X-0027/listing.html)
 
Place of Performance
Address: Winchester Engineering and Analytical Center, Winchester, Massachusetts, 01890, United States
Zip Code: 01890
 
Record
SN04192038-W 20160723/160722000228-077136853b3b40bed77f09a5e73b9ca9 (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.