Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOURCES SOUGHT

V -- V--OFFICE AND LABORATORY RELOCATION SERVICES

Notice Date
10/13/2021 6:42:53 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0222Q0003
 
Response Due
10/21/2021 3:00:00 PM
 
Archive Date
11/05/2021
 
Point of Contact
Wilson, Mary, Phone: 573-397-2277, Fax: 573-876-1896
 
E-Mail Address
bwilson@usgs.gov
(bwilson@usgs.gov)
 
Description
The U.S. Department of Interior, US Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research it identify parties having an interest in and the resources to support this requirement for the potential need for services of office and laboratory relocation services. This is NOT a solicitation for proposals, proposals abstract, or quotation. This is a Sources Sought notice to determine what size companies can perform this requirement. The purpose of this notice is to obtain information regarding: 1. The availability and capability of qualified small business sources; 2. Whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and 3. Their size classification to the North America Industry Classification System (NAICS) code 541990( All Other Professional, Scientific and Technical Services). A firm is considered small under NAICS code 541990 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $15.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in category (2) above, any solicitation may be issued as unrestricted without further consideration. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. A. BACKGROUND AND INTRODUCTION The Upper Midwest Environmental Sciences Center (UMESC) is performing substantial upgrades and renovations to its facility laboratory spaces. During the renovation, facility research laboratories shall be required to be relocated to the University of Wisconsin � La Crosse (UWL) campus for the duration of the construction period. UMESC requires assistance with laboratory relocation services. These services shall provide technical expertise and physical support to UMESC staff and programs as part of a temporary relocation of laboratories from the UMESC site to the 4th floor of Cowley Hall on the UWL campus. This shall require logistical and physical support for the relocation of various UMESC laboratories spaces including various instrumentation (gas chromatographs, mass spectrometers, gene-sequencers), laboratory equipment (refrigerators, ultracold freezers) and materials (glassware, benches, movable casework). The purpose of this requirement is to acquire services for a temporary planned relocation of the water quality, analytical chemistry, nutrient analysis and genomic research laboratories to the UWL campus. The laboratory relocations shall require the contractor to provide services including, but not limited to the following: decommissioning, moving, commissioning and recertification, and the logistics of move management for scientific instruments, freezers, refrigerators and other various lab equipment. B. PURPOSE AND OBJECTIVES The objective is to provide the assistance in planning and relocation services for the four laboratories in order for research to be continued at the UWL campus for the duration of the UMESC facility remodeling project. The relocated laboratories are tentatively scheduled to be fully operational and used by UMESC research staff by the end of March 2022. The relocation of both large equipment and smaller instrumentation shall require a �one-point-of-contact� procurement support for the following services: instrumentation technicians and commissioning agents, movers, and the logistics of move management for scientific equipment, instrumentation, and other various office and lab equipment. C. PROJECT REQUIREMENTS Note that this is a contract requiring work that is specialized in nature and requires a skilled and experienced work force. The Contractor shall furnish all the necessary services, qualified personnel, materials, equipment, and facilities, not otherwise provided by the Government, as needed to perform the Statement of Work set forth below. Specifically, the Contractor shall provide: The contractor shall provide: 1. Project management, including pre-move planning, scheduling, and coordination. 2. Insurance to cover replacement cost in the event of damage to instrumentation of equipment occurring as part of the relocation Work. Coverage of at least $5,000,000 is required. 3. Relocation and/or coordination of scientific equipment to include decontamination disassembly, reassembly, set-up and calibration, and other technical preparation by qualified direct employees or sub-contracting of certified or manufacturer technicians. 4. Disconnection and preparation for moving, set up, and adjustment/calibration of scientific instruments, and laboratory equipment. 5. Moving logistics for personnel. 6. Labor and materials necessary to relocate the laboratory equipment. 7. Proper installation of wall and floor protection during move activities. 8. Post-activity evaluation, instrument recertification and assistance with completing miscellaneous tasks pertinent to the resumption of laboratory operations. 9. Removal of any debris from vacated or relocated space as generated by the move/relocation. 10. Comprehensive spreadsheets, instrument benchmark tests, reports, certification documentation, and inventories to accurately account for the history of each relocation effort. 11. Relocation of temperature sensitive materials. D. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance shall be for 90 days, with one option to perform relocation services returning laboratory equipment and instrumentation back to UMESC at the completion of the facility renovation project. The Period of Performance reads as follows: Base Year November 30, 2021 - March 01, 2022 Option Year I September 06, 2022 - November 04, 2022 E. SUBMISSION OF CAPABILITY STATEMENT AND DELIVERY INSTRUCTIONS: In 10 pages or less, respondents shall submit a capability statement of the organization which demonstrates their ability to supply the above requirements (see Technical Requirements section). Capability statements must not include links to internet web site addresses (URLs) or otherwise direct readers to alternate sources of information. Responses must reference the Sources Sought number and include the following: 1. Name and Address of the Company, DUNS number, 2. Size and type of business, pursuant to the applicable NAICS code. 3. Point of contact with name, title address, phone, and email, 4. Capability to provide the specifics of this requirement, with appropriate documentation supporting claims of organizational and staff capability to demonstrate staff expertise including their experience; current in-house capability and capacity to perform the work; prior completed projects of similar nature, including government contracts and indicating corporate experience and management capability; 5. Example of prior completed Government contract, references, the dollar value of the work, and other related information; 6. List of organizations to whom similar types of services have been previously provided and the dollar value of that work. 7. If applicable, provide a current GSA Schedules and/or Government-wide Acquisition Contracts (GWACs) appropriate to this Sources Sought. 8. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, etc.) as validated via the System for Award Management (SAM). This indication shall be clearly marked on the first page of your Capability Statement. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 5:00 PM EST on October 21, 2021. All responses under this Sources Sought Notice must be emailed to Beth Wilson at bwilson@usgs.gov. F. DISCLAIMER AND IMPORTANT NOTES This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice shall ensure that its response is complete and sufficient detailed to allow the Government to determine the organization�s qualification to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the response received, a pre-solicitation synopsis and solicitation may be published in beta.SAM.gov. However, response to this notice will not be considered adequate responses to a solicitation. Information provided will be used to assess tradeoffs and alternatives available for the potential requirement and may lead to the development of a solicitation. G. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information shall be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). This announcement is to identify small business firms; however a company of any size may submit a Capability Statement for this announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da2da06da5ff461f91555bed08c5daaa/view)
 
Record
SN06157097-F 20211015/211013230114 (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  © 1994-2020, Loren Data Corp.