Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2010 FBO #3317
SOURCES SOUGHT

R -- Sources sought notice for Levels 2 and 3 Bio Safety Lab Commissioning; excerpt from drafted Performance Work Statement included in posting to give vendors general idea of requirement

Notice Date
12/22/2010
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY10BSLCOM
 
Response Due
1/7/2011
 
Archive Date
3/8/2011
 
Point of Contact
chaquandra, 256-895-1897
 
E-Mail Address
USACE HNC, Huntsville
(chaquandra.k.wilson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Questionnaire Bio-Safety Laboratory Level 2 and Level 3 (BSL-2 & BSL-3) Commissioning 1.1 The US Army Engineering and Support Center in Huntsville (CEHNC), Alabama has a requirement for a standalone contract for the commissioning of the following bio-safety laboratories: a) A Central Reference Laboratory (CRL) of approximately 107,600 SF (10000 Square Meter) is currently being constructed in Baku, Azerbaijan. This facility consists of bio-safety laboratory level 2 and 3 spaces as well as a consolidated national repository for Especially Dangerous Pathogens (EDPs). The projected construction duration for phase II is 30 months beginning in March 2011. b) The Almaty, Kazakhstan's CRL is approximately 86,200 SF (8000 Sq. Meter) and construction will start on or about November 2011. This facility will house both human and veterinary operations with a central reference repository, BSL-2 diagnostic, BSL-3 epidemiology laboratory, and other education & science and administrative spaces. c) The Otar, Kazakhstan BSL -3 space is approximately 6,500 SF and construction is projected to start in June 2011. This laboratory is designed to conduct research on Avian Influenza (AI) and other especially dangerous viral infections, as well as respond to possible epizootic or veterinary diseases outbreaks. The estimated value or the aforementioned requirement is $2.1 mil). The services required will include (but are not limited to) providing all personnel, services, transportation, translation and equipment (not otherwise provided by the government) necessary for commissioning the BSL-2 and BSL-3 laboratory equipment, systems and portions of systems that serve these areas in accordance with the various specifications during and immediately after the respective construction periods. 1.2 THIS IS NOT A FORMAL SOLICITATION. Contractors who feel they can provide the U.S. Army Engineering & Support Center, Huntsville, AL, with the above services are invited to submit in writing an affirmative response which includes the following information: a. What is the name of your business? b. What is your business address? c. What is your business size according to NAICS code 541380? Specifically respondents (whether domestic or foreign) should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUB Zone, service disabled veteran-owned small business. d. Does your firm have staff with language proficiency equal to a level IV interpreter/translator both oral and written in a) Azerbaijani and English for Baku Project and b) Russian and English for Kazakhstan projects? e. Is your firm capable of meeting the visa, passport, and/or local government requirement for personnel working inside Azerbaijan and Kazakhstan? f. Is your firm licensed to perform 3rd party independent commissioning for a Bio-Safety Laboratory Level 3 (BLS-3) space in accordance with the DoDM 6055.18-M, May 11 2010 and National Institute Health (NIH) requirements? g. List details of your firms experience in providing 3rd party independent commissioning effort for BSL-3 in former Soviet Union country. 1.3 The anticipated starting date for performance is March or April 2011. Services are expected to continue for a period not to exceed 36 months (i.e. one 12 month base period and two 12 month option periods)., Written responses should be submitted via email or to Contract Specialist Chaquandra Wilson at email address Chaquandra.K.Wilson@usace.army.mil and Contracting Officer Van Pinion at Van.E.Pinion@usace.army.mil If no written responses are received by 07 December 2011 at 5:00 PM central standard time. All interested sources must be registered in the Central Contractor Registration (CCR) before they can be considered as potential sources for the efforts listed above. All such responses will be considered by the agency. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Furthermore, extraneous materials (brochures, manuals, etc) will not be considered. NOTE: Registration as an interested vendor for the subject notice does not in any way exempt your firm from submitting the required capability questionnaire. Therefore, if your firm would like to be considered an interested source for this requirement, please submit a capability questionnaire in accordance with the posted announcement. **** Performance Work Statement Excerpt****** 1.0. The objective of this work is for the Commissioning Services Contractor (Commissioning Authority CxA) to provide commissioning services for the BSL-2 and BSL-3 laboratory equipment, systems and portions of systems that serve these areas in accordance with the attached specifications during and immediately after the Phase 2 construction period. The CxA shall provide all personnel, services, transportation, translation and equipment (not otherwise provided by the government) necessary to perform commissioning services. 2.0Requirements. Detailed requirements are provided in the attached specification sections. A summary of the requirements is as follows. 2.1Review of existing design. The CxA shall review the Government-furnished CAD files, design analysis, design assumptions, calculations, specifications and other documentation in order to understand the design intent and prepare the Commissioning Plan. 2.2 Commissioning. The CxA shall provide commissioning services as required by the contract. The CxA will be required to be at the site at the beginning of construction for one week to explain the Commissioning Plan, conduct meetings at the site related to commissioning once every three months (quarterly), remain at the site for the last four weeks of construction to collect and incorporate all documentation into the Commissioning Plan, and remain on site for an additional 8 weeks after construction is completed to organize, conduct and document the Functional Operational Systems Test (FOST) as specified in Section 299105. The estimated construction period for Phase II is 36 months. 2.3Schedule and conduct kick-off and quarterly commissioning meetings. 2.4Incorporate all submittal data per Specification Section 299100 in Commissioning Report. 2.5Incorporate all deficiencies and non-conformances related to commissioning per Specification Section 299100 in Commissioning Report. 2.6Incorporate all installation verification and system test documentation per Specification Section 299100 into Commissioning Report. 2.7The CxA must be capable of providing their own guidelines as they pertain to individual translations or subjects. The CxA may also be required to make summaries rather than strict idiomatic translations. 2.8The CxA must furnish an employee with a minimum of 4 years of construction experience with approved certification of a Language Proficiency of Level IV in English, Azerbaijan, and Russian who is available at all times during the entire commissioning services performance period. 2.9The contractor shall provide transportation to and from the jobsite. However, no vehicle is required to perform duties at the jobsite. 3.0Deliverables. Documents shall be in English and the native language. Documents shall be in accordance with Specification Section 299100 and other specification sections attached. 3.1Commissioning Plan per attached specifications. 3.2Meeting minutes of kick-off meeting and quarterly commissioning meetings. 3.3Suggestion Log outlining resolution of all conflicts related to Cx activities. 3.4Final Commissioning Report 4.0Restrictions 10.1 The CxA or its employees shall not give direction or guidance to the construction contractors. The US government does not have contractual authority on the construction contract and as such, direction and guidance will come from authorized Azerbaijan official. The CxA will work through the HNC Onsite Construction Management Office, and not directly with the construction contractors. The CxA only makes recommendations to the HNC Onsite Construction Management Office and shall not make decisions on behalf of the HNC Onsite Construction Management Office. Furthermore, the CxA must not direct a construction contractor to stop any activity that creates a safety hazard but shall immediately inform the HNC Onsite Construction Management Office of potential safety problems. 5.0Attachments. Attachments to be included as a part of this contract 5.1Section 019100 -Commissioning 5.2Section 299100 - General Commissioning Requirements 5.3Section 299101 - Commissioning Component Verifications 5.4Section 299102 - Commissioning System Tests 5.5Section 299103 - Commissioning Integrated System Tests 5.6Section 299104 - BSL-3 Boundary Integrity Testing 5.7Section 299105 - Functional Operational System Test (FOST) 5.8Section 230800 - Commissioning of Mechanical Systems 5.9Section 260800 - Commissioning of Electrical Systems
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY10BSLCOM/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02349156-W 20101224/101222234225-16084528b926d211795cf1d5df8f451f (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.