The RFP Database
New business relationships start here

NASA AMES LIFE BIOSCIENCES LABORATORY- N288


California, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

The National Aeronautics and Space Administration (NASA), Ames Research Center (ARC) is hereby soliciting information about potential sources for the construction of a new life biosciences laboratory building, to be located at NASA Ames Research Center, Moffett Field, CA. The new two-story, 38,000 square foot building will consist of laboratory space, office space, conference rooms, and support space. The building is currently being designed to house approximately 20,000 square feet of wet laboratory and laboratory support space and 18,000 square feet of enclosed and open office space, conference rooms, and break rooms. The building will have biosafety level 2 wet labs with laboratory grade utility systems such as ultra-purified water, instrument grade compressed air, and laboratory vacuum. The laboratory support spaces shall include procedure rooms, tissue culture rooms, autoclave/sterilization, controlled environment rooms, and radiation lab. The laboratory will include a large number of chemical fume hoods and consequently will have a sophisticated laboratory exhaust system to ensure safety and energy efficiency. The building shall be constructed as a sustainable entity and is being designed to achieve LEED-NC Silver or Gold Certification. The scope of work shall include site work, installation of underground utilities, grading and paving, and site landscaping. In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the price range for this effort is between $30M and $60M. NASA ARC is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the construction of the building. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Interested Offerors having the required specialized capabilities/qualifications to support some or all of the work described in this Request for Information (RFI) are asked to submit a description of their capability/qualifications in 5 pages or less (including any exhibits, attachments, etc.) that must include the following: 1) Provide your company name, address, point of contact, phone, fax, e-mail, and website (if applicable). 2) State whether your company is a Large Business, Small Business, Small Disadvantaged Business, Certified 8(a) Small Business (include anticipated graduation date), HUBZone Small Business, Woman-Owned Small Business, Veteran-Owned Small Business, HBCU/MI, or Service-Disabled Veteran-Owned Small Business for NAICS code 236220 Commercial and Institutional Building Construction, size standard $33.5M in average annual receipts. 3) State your bonding capacities for a single project and aggregate. 4) Describe your companys construction ability and capacity to deliver the requirement described above. 5) Identify the major trades your company typically performs in-house and the major trades your firm typically subcontracts out for a project of similar size and complexity to our requirement. 6) Describe your companys experience in the past five (5) years constructing highly technical buildings such as laboratories, medical facilities, or other similar facilities. Include the contract type, i.e. whether the contract was design-bid-build or design-build, contract number, technical description and how it is relevant to the proposed projected, total dollar amount, period of performance, and a customer reference name, telephone number and email address. 7) Provide a list of relevant work performed in the past five (5) years that was certified LEED-NC Silver or Gold by the US Green Building Council, include the contract type, contract number, technical description, total dollar amount, period of performance, and a customer reference name, telephone number and email address. Note: If your company experience in the above number six (6) applies to the above number seven (7), please put your information only in number six (6). 8) Socio-economic considerations are a priority at ARC. Given the general scope of work described above, and utilizing a work breakdown structure(WBS), please submit suggested percentages of the work that could be subcontracted to each of the following types of businesses: Small Business Concerns; Small Disadvantaged Business Concerns; Woman-Owned Small Business Concerns; HUBZone Small Business Concerns; Historically Black Colleges and Universities (includes other Minority Institutions); Veteran-Owned Business Concerns; and Service Disabled Veteran-Owned Business Concerns. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted via electronic mail (e-mail) no later than 4:00PM (PST) on Tuesday, March 10, 2015. Responses shall be submitted to Ms. Robin Wong, Contracting Officer, at the following e-mail address: Robin.L.Wong@nasa.gov. Please reference NNA15543413L in the subject line and on all attachments. Verbal questions will not be accepted. All questions must be in writing and submitted to the Contracting Officer identified above. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html

Robin L Wong, Contracting Officer, Phone 650-604-4636, Fax 650-604-3020, Email robin.l.wong@nasa.gov - Elisban U. Rodriguez, Contracting Officer, Phone 650-604-4690, Fax 650-604-4646, Email elisban.u.rodriguez@nasa.gov

Robin L Wong

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP