C--A-E Services EESC Leetown Wet Lab Renovation
This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposal... This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. NAICS Code: 541310 Architectural Services NAICS Size Standard: $8.0 million Subject: Sources Sought A-E Services EESC Leetown Wet Lab Renovation Sources Sought Closing Response Date: March 24, 2023 at 5 PM Contact Point: Kimberly Schneider, krschneider@usgs.gov Objective: To find sources that are qualified to meet the supplies/services as listed below. Note that the specific requirements are subject to change prior to the release of any solicitation. The U.S Geological Survey (USGS) Eastern Ecological Science Center (EESC) Leetown Research Laboratory in Kearneysville, WV has a need to redevelop and modernize a large (approx. 6,000 ft2) wet laboratory space in the Fish Health Laboratory building to improve efficiency and efficacy in aquatic animal research. The currently outdated lab space is proposed to be completely retrofitted with multiple aquatic holding systems that will provide the flexibility to conduct research at any scale and under all physical conditions. In preparation for renovation, EESC requires design and engineering services to create detailed plans and scope of work for the space. The scope of this effort is the architectural and engineering services necessary to support this renovation from the schematic design phase through construction administration, including laboratory planning and design, cost estimating, and bid phase services. Complete design and engineering to include mechanical, electric, and aquacultural requirements shall be considered to meet EESC research needs Contractor shall provide full construction documents suitable to move forward with future construction activities. Design will support renovation that will include mesocosms at multiple sizes/scale (aquatic species eggs, larvae, juvenile, adult), and full control over water source, water flow (flow-through and recirculating aquaculture systems), temperature, light schedules, oxygenation, aeration, disinfection, filtration and remote monitoring. Design will include redundancy to ensure that experiments and animals remain viable in the event of primary system failure. Experienced aquacultural engineers must be consulted to ensure proper design of pumping systems, degassing, oxygen delivery systems, recirculating aquaculture systems (biofiltration, mechanical filtration, chemical filtration), temperature control, and remote system monitoring. Interested firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including UEI (Unique Entity Identifier); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a UEI number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the On-line Representations and Certifications also located at the SAM.gov website before an award to your company can be made. Your on-line registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT March 24, 2023 at 5 PM CT via e-mail to: krschneider@usgs.gov. At this time, the Government is not accepting questions pertaining to the sources sought notice. Responses to this source sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the SAM.Gov. It is the responsibility of potential responders to monitor the site for additional information pertaining to this announcement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »