Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2020 SAM #6692
SOURCES SOUGHT

Z -- US Food and Drug Administration, Pacific Northwest Regional Laboratories (PNWRL), Bothell, WA. Walk-In Freezers � Sources Sought

Notice Date
3/24/2020 10:32:25 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0120R0033
 
Response Due
4/7/2020 2:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Kimberly M Johnson, Phone: 2537097780
 
E-Mail Address
kimberlym.johnson@gsa.gov
(kimberlym.johnson@gsa.gov)
 
Description
US Food and Drug Administration, Pacific Northwest Regional Laboratories (PNWRL), Bothell, WA. �Walk-In Freezers � Sources Sought The purpose of this Sources Sought notice is to determine availability and capability of qualified Small Businesses, Service Disabled Veteran Owned Small Businesses, Woman Owned Small Businesses, or HUBZone small businesses. Responses to this notice will be used for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. This procurement will be advertised under North American Industrial Classification System (NAICS) code 236220 � Commercial and Institutional Building Construction. The small business size standard for NAICS code 236220 is $39M in average annual receipts over the past three (3) years. General Information The FDA Bothell PNWRL is located at 22201 23rd Dr. SE, Bothell, WA. 98021 and is a 2 story building in downtown Bothell, Canyon Park Industrial Park. The FDA Bothell Facility was built in the early 1980s and has had several upgrades over the years.� The facility is an active food laboratory space.� The facility location, coupled with the need for continuous operation during construction, presents unique challenges for the construction team. Facility will remain fully occupied and operational during the entire project. Life safety of the tenants will be protected at all times. No adverse impact on tenant mission will be acceptable.� The functions ongoing within the facility include laboratory as well as typical office work.� Scope Summary The objective of this project is to install new laboratory grade temperature controlled room systems to replace existing units that are beyond their useful life expectancy. The three new freezer and cooler combination units will include redundant cooling systems, a control system that provides continuous monitoring for regulatory requirements, and all features and performance criteria as outlined in the plans and specifications. The installation and operation of the systems shall meet the Food & Drug Administration�s regulatory requirements for sample storage. This scope of work shall include the demolition of existing walk in boxes, ancillary systems, and reconfiguration of space to be converted to a storage room.� The new work will included temperature controlled rooms with all supporting mechanical, electrical, HVAC, fire & life safety, architectural finishes, control and monitoring systems.� The temperature controlled rooms will be outfitted with storage racks and be fully operational and code compliant prior to turnover to the government. The replacement of the controlled environment systems will be accomplished while facility is fully occupied.� The contractor shall set up control measures for each work area to help maintain the sterile laboratory environment.� Setup, construction, and clean-up will need to occur on a daily basis and shall be contained within the limited construction zones. � � � � � � � �� Project Description The General Services Administration (GSA) intends to award a firm fixed-price, Construction contract for the FDA Bothell PNWRL Walk-In Freezer Replacement, located in Bothell, WA pursuant to Federal Acquisition Regulation (FAR) Best Value Design-Build Selection Procedures (FAR Subpart 15.3). The construction team will be selected through a best value / tradeoff selection process.� During the project the construction team will work in close consultation with GSA, the CMa, and the stakeholders to ensure that all of the goals are addressed and that best value practices are utilized. The GSA Project team will provide an A-E completed design package to include specifications, drawings and scope of work. GSA has contracted with ECH Architecture, Inc. for Construction Management Assistant (CMa) services.� ECH will be involved in the review of submittals, change order review, cost information, functionality and constructability reviews.� There will be an informal partnering process throughout construction to promote successful project execution.� All installed systems will be fully commissioned and functionally tested to ensure compliance with contract documents prior to being accepted by GSA. Responses Interested small business vendors in the categories listed above shall submit their capability statement electronically, limited to 10 double sided pages.�The capability statement shall be in sufficient in detail to allow Government to determine the organization's related qualifications to perform the work. The statement shall include:� 1)�������� a) Company name. b) CAGE code. c) DUNS number. d) Active SAM registration printout (www.beta.sam.gov). �e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart for the construction team. 4) Capabilities and experience with federal projects addressing construction of complete walk in cooler and freezer, either new or replacement, in the $500K - $1M range.� Submitted references should highlight recent and relevant design-build projects in fully occupied facilities, preferably in a lab environment, within the past five (5) years. 5) Previous occupied facilities construction experience is essential. 6) Statement of capability to bond for a project in the $500K - $1M range. 7) Contact information, Point of contact name, Phone number, E-mail address and web address (if available). Companies providing above referenced material are requested to limit their submission to no more than 10 double-sided pages. Responses should be emailed not later than the date specified in this Sources Sought notice as follows: kimberlym.johnson@gsa.gov Each response will be reviewed by the Contracting Officer for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from qualified and responsible small business concerns. All information furnished to the Government in response to this notice will be used for review purposes only. All interested parties are required to respond to this sources sought announcement via email not later than 2:00 p.m. Pacific Time, Apr 7, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ab77341d91f4633853692e65e5319da/view)
 
Place of Performance
Address: Bothell, WA 98021, USA
Zip Code: 98021
Country: USA
 
Record
SN05599200-F 20200326/200324230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.