Federal Bid

Last Updated on 24 Jan 2014 at 9 AM
Sources Sought
Natick Massachusetts

66--NSRDEC- Chemical Fume Hoods

Solicitation ID NSRDEC-11-13-CHEMICALFUMEHOODS
Posted Date 25 Nov 2013 at 1 PM
Archive Date 24 Jan 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Natick Massachusetts United states 01760
This announcement constitutes a Sources Sought Synopsis (market survey). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. It is the intention of the Government to award a single or multiple blanket purchase agreement(s) based on the results of this Sources Sought announcement.

The purpose of this sources sought is to determine interest and capability of potential qualified businesses, relative to the North American Industry Classification Code (NAICS) 811310. The Small Business size standard for this NAICS code is $7.0M Dollars. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. It is our intent to award multiple blanket purchase agreements to small businesses should adequate competition exist.
Project Description

The purpose of this sources sought announcement is assess the ability to provide the preventative maintenance, inspections and repairs for chemical fume hoods and the Cutler-Hammer (Eaton) IS903 Adjustable Frequency Drives, in accordance with American National Standards Institute/American Industrial Hygiene Association Z9.5 Laboratory Ventilation (ANSI/AIHA Z9.5) Standard. The attached document identifies the statement of work and additional requirements being sought.

SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT
(1) Your intent to submit a proposal for this project when it is formally advertised
(2) Name of firm with address, phone and point of contact.
(3) CAGE Code, DUNS number or a copy of your System for Award Management (SAM) information
(4) Size of firm (large or small), to include category of small business if applicable, such as 8(a), HUBZONE, or SDVOSB.
(5) Firms Bonding Capacity - single and aggregate
(6) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, submit no more than three (3) past projects for which your firm was the prime contractor. Discuss your minimum printing yardage requirements that would demonstrate representative full production quality. The SOC should be no more than two (2) pages in length.

It is intended that as a result of this sources sought announcement that the Government intends to award one or more blanket purchase agreements base on the submitted responses.

Where to Send Responses
Submit responses via email only to [email protected] no later than COB, December 9, 2013.
Bid Protests Not Available

Similar Past Bids

Natick Massachusetts 30 Mar 2020 at 1 PM
Natick Massachusetts 27 Oct 2021 at 2 PM
Natick Massachusetts 18 Jan 2017 at 7 PM
Washington District of columbia 03 Apr 2009 at 1 PM

Similar Opportunities

Lubbock Texas 10 Jul 2025 at 1 PM
Medical Science Building - 7E Renovation (CP2400920) On January 26th 2024 a fire and explosion occurred on the 7th floor of MSB in the east wing laboratories. Physical damage was extensive within the high impact area of approximately 5000 SF impacting interior construction including mechanical electrical and plumbing infrastructure, exterior windows, casework and finishes. ed and destroyed lab casework, and damaged interior finishes. More limited damage extended to other areas of the east wing. Existing windows, mechanical, electrical, plumbing, fire suppression, and fire alarm systems were damaged and will need to be replaced in the high impact area and partially replaced or repaired where the impacts of the incident extended to other areas of the 7thy floor. The repair project will return the 7th floor east wing to service for research. The project scope includes renovating approximately 11,800 square feet of high and low impact areas of the 7th floor. The project includes an alternate restroom renovation designed to meet current codes. Infrastructure repair and replacement includes wet pipe fire suppression, acid waste & vent stack replacement, sanitary waste & vent stack replacement, domestic water and lab water systems, lab gas replacement, plumbing equipment replacement, telecom infrastructure, and window replacement. Laboratory repairs include fume hood and laboratory replacement, and required laboratory sinks, eye wash, and infrastructure needed to support specialized laboratory equipment. The project will develop two separate sets of bid documents for competitive bidding, one of which will capture the preexisting laboratory build out and one that modifies the previous existing laboratory design to more closely align with ongoing lab renovations in other areas of the building and the long range masterplan for the Medical Science Building. Base Estimate & Alternates: $4,180,000.00
Location Unknown 29 Jul 2025 at 4 AM
Nekoosa Wisconsin 24 Jul 2025 at 5 PM
Nekoosa Wisconsin 24 Jul 2025 at 3 PM