Construction of High-Containment Continuity Laboratory, Building 28 - CDC Roybal Campus, Atlanta, GA
ID: P20160718Type: Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFCENTERS FOR DISEASE CONTROL AND PREVENTIONCDC OFFICE OF ACQUISITION SERVICESATLANTA, GA, 30333, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)
Timeline
    Description

    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is soliciting proposals for the construction of a High-Containment Continuity Laboratory (HCCL) at the CDC Roybal Campus in Atlanta, Georgia. The project involves building a state-of-the-art facility spanning approximately 175,000 square feet, designed to accommodate bio-safety level 3E and 4 laboratories, along with necessary supporting infrastructure. This construction is critical for enhancing the CDC's capabilities in high-containment research, ensuring operational continuity while adhering to stringent safety and security protocols. The estimated contract value ranges from $275 million to $340 million, with a construction duration of 44 months anticipated to commence shortly after contract award, expected in the fourth quarter of Fiscal Year 2025. Interested contractors should contact Michael Davis at vwl8@cdc.gov or call 770-488-2427 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Building 28 High Containment Continuity Laboratory (HCCL) Project at the CDC's Roybal Campus in Atlanta, GA, involves the construction of a 175,000-square-foot facility designed for high containment research. Managed by a General Contractor (GC), the project encompasses comprehensive construction tasks, including quality control, safety inspections, and facilities maintenance training. The facility will feature bio-safety level 3E and 4 laboratories, engineering support areas, and enhanced logistical designs, such as dedicated utility tunnels and secure entry points. Construction will take 44 months and will be initiated two weeks after the Notice-to-Proceed. Key components include maintaining service access to adjacent buildings during construction, ensuring compliance with stringent construction and security protocols, and minimizing disruptions to the CDC’s continuous operations. The project also incorporates IT and physical security measures, including compliance with federal standards for identity verification and secure information handling. This construction is essential for advancing the CDC's capabilities in high-containment research, emphasizing safety and operational efficiency throughout the process.
    This document outlines the wage determination for building construction projects in Dekalb County, Georgia, under the Davis-Bacon Act. It specifies prevailing wage rates applicable to covered workers in various classifications, emphasizing compliance with Executive Orders 14026 and 13658. For contracts initiated or extended after January 30, 2022, the minimum wage is set at $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require a minimum of $12.90 per hour. The summary also features various construction roles, their corresponding wage rates, and fringe benefits, including categories like electricians and carpenters. The document details the appeals process for wage determination disputes, offering a structured means for affected parties to request reviews and reconsiderations from the U.S. Department of Labor. The intent of this information is to ensure fair compensation for laborers in federal and federally funded projects, aligned with legislative mandates and federal standards. Overall, the file serves as a crucial resource for contractors and workers engaged in construction in Georgia, ensuring compliance with wage requirements and protections under federal statutes.
    The document focuses on federal and state/local Requests for Proposals (RFPs) and grants structured around governmental funding opportunities. It outlines key elements concerning eligibility criteria for applicants, submission processes, and funding priorities, aimed at fostering community development and enhancing public service delivery across various sectors. The content details the areas of interest for potential grantees, including proposals that address economic development, public health, and infrastructure improvements. It emphasizes the importance of collaboration among federal, state, and local agencies to facilitate effective project implementation and to ensure compliance with applicable legal frameworks. Moreover, the document discusses the evaluation process for proposals, highlighting the criteria by which submissions will be assessed, such as innovation, sustainability, and alignment with overarching governmental objectives. It stresses accountability and the necessity for comprehensive reporting on the use of funds to maintain transparency and ensure that taxpayer resources are effectively utilized. In summary, the document serves as a critical guide for individuals and organizations seeking to secure governmental financial support through RFPs and grants, detailing the necessary steps, expectations, and evaluation metrics for successful submissions.
    The Centers for Disease Control and Prevention (CDC) outlines a Contractor Non-Disclosure Agreement to protect non-public and procurement-sensitive information shared with contracted parties. The agreement mandates that contractors' employees sign a Non-Disclosure Agreement (NDA) before accessing confidential information, which includes privileged government data that cannot be disclosed without CDC consent. It restricts disclosure of sensitive procurement data related to Requests for Proposals (RFPs) and other contractual documents, establishing that employees who handle such information must refrain from competing for related acquisitions to avoid conflicts of interest. Additionally, it sets forth identification protocols for contractor employees in their communications and interactions, specifying that they must clearly identify themselves as contractors and include their details in correspondence. Moreover, it emphasizes the legal repercussions for improper handling of public records under federal law. The agreement aims to maintain confidentiality and integrity within governmental contracting processes, ensuring compliance and safeguarding sensitive information in line with federal procurement standards.
    The Centers for Disease Control and Prevention (CDC) outlines a Contractors' Employee Non-Disclosure Agreement aimed at protecting sensitive information accessed by contractors. This agreement highlights three key areas: Non-Public Information, Procurement-Sensitive Information, and a special non-disclosure clause for those interfacing with CDC grants management systems. Employees must acknowledge they will access confidential and privileged information, agreeing to limit its use solely to their responsibilities with the CDC. They are prohibited from disclosing non-public and procurement-sensitive information, which includes Proposal requests, awarded contracts, and related correspondence, specifically to avoid conflicts of interest. Contractors are required to clearly identify themselves as non-government employees in communications with CDC and the public. They must refrain from using CDC branding, except when authorized, ensuring they represent their contractor organization distinctly. The agreement also includes a reminder of the legal ramifications tied to the misuse of public records. Overall, this document serves to enforce strict confidentiality and ethical conduct for contractors working with the CDC, thus safeguarding governmental integrity and competitive processes in federal and local procurements.
    The document outlines the Centers for Disease Control and Prevention's (CDC) requirements regarding export controls for entities participating in their High Containment Continuity Lab (HCCL) project. It emphasizes the “deemed export” licensing requirements mandated by the Bureau of Industry and Security (BIS) under the Export Administration Regulations (EAR). The Offeror must understand that sharing of certain technology or source code with foreign persons may invoke these licensing rules. Before accessing government information, Offerors are required to notify their foreign personnel of EAR provisions, fulfill compliance responsibilities, and disclose the identities and roles of foreign employees who will handle sensitive data. The document stresses that any failure to comply with these obligations may result in legal repercussions, thus reinforcing the importance of adherence to EAR laws in ensuring both the Offeror's and CDC’s compliance with federal regulations.
    The Centers for Disease Control and Prevention (CDC) requests feedback on contractors through a Past Performance Questionnaire, to be submitted by clients via email for RFP 75D301-24-R-7306. The document outlines a standardized rating system to evaluate contractor performance across various criteria, including quality, timeliness, customer satisfaction, management, cost management, safety, and overall compliance. Clients must provide detailed information about the contractor's performance, using a scale from Exceptional (E) to Unsatisfactory (U), and are encouraged to include comments on strengths and weaknesses. This structured assessment aims to ensure accountability and quality in government contracts, aiding future procurement decisions. The thorough evaluation process highlights the importance of contractors meeting not only contractual requirements but also performance and safety standards, ultimately enhancing the government's ability to assess past performance for future projects.
    The Centers for Disease Control and Prevention (CDC) is announcing the upcoming solicitation for a firm-fixed-price construction contract for a new High-Containment Continuity Laboratory (HCCL) at the Roybal Campus in Atlanta, Georgia. The laboratory will cover approximately 175,000 square feet and include Biosafety Level 3E and 4 labs along with supporting infrastructure. The contract will encompass comprehensive construction management, inspections, quality control, and safety oversight. The solicitation is expected to be released around September 9, 2024, available only through the System for Award Management (SAM) website, and will not include hard copies. The project cost is anticipated to exceed $10 million, with construction planned over a 44-month duration. The CDC will maintain their operations during construction, requiring close coordination with the contractor to prevent interference with ongoing activities. Interested contractors must have active registration in SAM and should monitor the site for updates. The CDC aims for an unrestricted procurement to maximize participation from various business sizes. Overall, this project is critical for enhancing the CDC's capabilities in public health and disease control while adhering to stringent operational requirements throughout the construction phase.
    The Centers for Disease Control and Prevention (CDC) is initiating the construction of a High-Containment Continuity Laboratory (HCCL) at the Roybal Campus in Atlanta, Georgia. This project, classified under NAICS code 236220 for commercial and institutional building construction, will involve a firm-fixed price contract awarded to a general contractor following the completion of design plans. The laboratory will encompass approximately 175,000 square feet, facilitating BSL-3E and BSL-4 laboratory functions. The anticipated solicitation is expected to be available around June 10, 2024, exclusively through the System for Award Management (SAM) website, and will cater to unrestricted participation from contractors. Key responsibilities of the general contractor include providing construction management, quality control, safety oversight, and comprehensive coordination throughout the project. Construction activities will take place over an estimated period of 44 months, with an expected budget exceeding $10 million. Special care must be taken to ensure ongoing operations at the CDC campus remain uninterrupted. For inquiries, interested parties can contact the designated contracting officer, Mike Davis. This pre-solicitation notice serves to inform potential bidders about the forthcoming solicitation and project specifications.
    This federal solicitation outlines a request for proposals (RFP) for a construction contract concerning the Building 28 High Containment Continuity Laboratory (HCCL) project at the CDC Roybal Campus in Atlanta, Georgia. The project intends to establish a state-of-the-art laboratory with bio-safety level 3E and 4 capabilities, spanning approximately 175,000 square feet, designed for highly secure research. The contractor is required to provide comprehensive services including construction management, inspections, safety plans, and quality control. The estimated cost of the project ranges from $275 million to $340 million, with work commencing within 10 calendar days post-award and to be completed within 1,340 days. Submission requirements include original and copies of proposals, and electronic versions sent to the contracting officer. Bond guarantees are mandated for specific phases, while performance is subject to various federal regulations, including labor standards and safety protocols. The document emphasizes effective planning and execution to manage utilities and maintain services to adjacent buildings during construction. It establishes critical timelines and responsibilities for contractors, highlighting the government's focus on safety and accountability throughout the bidding and execution processes.
    Similar Opportunities
    LSJ for DHIS Management and Consulting Services MOD 00003
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to modify an existing contract for DHIS Management and Consulting Services under Task Order 75D30122F15055. This modification, identified as MOD 00003, aims to enhance the level of effort for existing tasks and introduce new optional tasks related to web application support and case surveillance community practices, which are critical for improving data collection and submission efficiency among state and local health departments. The contract includes a base period of twelve months, with three additional twelve-month option periods, and is intended to ensure continuity and efficiency in the services provided, leveraging the incumbent contractor's existing knowledge and experience. Interested parties can reach out to Marie Bartkevicius at vgj6@cdc.gov or 770-488-8493 for further details.
    Serological Assays for the Detection and Characterization of Influenza Viruses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking proposals for "Serological Assays for the Detection and Characterization of Influenza Viruses." The procurement aims to secure services for performing Hemagglutinin Inhibition (HAI) assays on approximately 6,000 human samples annually, with the potential for surge support up to 10,500 tests, alongside the development of new high-throughput serology assays. This initiative is crucial for enhancing the CDC's capabilities in monitoring and responding to influenza outbreaks. Interested parties should note that the solicitation has been reopened, with key deadlines extended, and are encouraged to contact Jennifer Gartzke at jgartzke@cdc.gov for contractual inquiries. The contract will span a base period of 12 months with four additional option years, and all work must comply with Section 508 accessibility standards.
    Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system annual maintenance service agreement
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Bruker Scientific LLC for an annual maintenance service agreement for the Bruker timsTOF Pro mass spectrometer and nanoElute UPLC system. This contract will cover preventative and remedial maintenance services necessary for compliance with the Quality Management System (QMS) within the Biotechnology Core Facility Branch (BCFB), ensuring the operational integrity of critical analytical equipment used for proteomics analysis. The anticipated period of performance for this contract is from February 2, 2026, to February 1, 2027, with two optional one-year extensions available. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at uex0@cdc.gov by 5:00 PM (ET) on December 26, 2025.
    Geneious Prime Enterprise Licenses
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to award a sole source firm fixed price contract to Graphpad Software LLC for the procurement of Geneious Prime Enterprise Academic Yearly Subscription, covering 200 seats. This software licensing is critical as it is integrated into several validated CLIA test protocols, and the government is unable to modify these protocols due to time and cost constraints. The anticipated period of performance for this contract is from February 23, 2026, to February 22, 2031, with the possibility of four one-year option periods. Interested vendors are encouraged to express their interest and capability by submitting proposals to the Contracting Officer at xur0@cdc.gov by 5:00 PM (ET) on December 16, 2025.
    GMP Manufacturing of CDC FluSC2 Multiplex EUA Kit
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has awarded a contract for the GMP manufacturing of the CDC FluSC2 Multiplex EUA Kit to Biosearch Technologies, Inc. This contract, valued at $399,993, entails the production of 1,020 vials of oligonucleotide primers and probes, adhering to Good Manufacturing Practices (GMP) as defined under 21 CFR 820, with a required delivery date of September 25, 2023. The specific internal BHQnova quencher design of the probes is critical for the diagnostic assay, which has received Emergency Use Authorization (EUA) from the FDA, and no other suppliers have been identified that can meet these stringent requirements. For further inquiries, interested parties may contact Mark Draluck at syq1@cdc.gov or Devin Barich at uca9@cdc.gov.
    Notice of Limited Source Award to Waters
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is issuing a Notice of Limited Source Award for the procurement of a liquid chromatograph tandem mass spectrometer and associated maintenance services. This requirement is being fulfilled on behalf of the National Institute for Occupational Safety & Health (NIOSH), Respiratory Health Division (RHD), highlighting the critical need for advanced laboratory equipment in occupational health research. The contract period is set from June 1, 2023, to May 31, 2024, with the possibility of two additional one-year extensions, and the intended recipient of this award is Waters Technologies, Inc. Interested parties can reach out to Abbie Jemmott at ygf3@cdc.gov or by phone at 412-386-6433 for further details.
    National Immunization Survey - Flu Q2-Q4 2023 Bridge Contract
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking to continue the National Immunization Survey through a bridge contract for the second to fourth quarters of 2023. This contract, awarded to the National Opinion Research Center (NORC), aims to ensure the timely collection and analysis of immunization data, which is critical for public health decision-making and policy formulation. The justification for this contract was made under the authority of FAR 6.302-2 due to unusual and compelling urgency, and the associated Justification and Approval for Other Than Full and Open Competition (JOFOC) will be available for review for 30 days following the contract award. For further inquiries, interested parties may contact Joshua Houston at pkf5@cdc.gov.
    Notice of Intent to Sole Source Preventative Maintenance for Revvity Health Sciences Zephyr G3 and SciClone G3 NGSx workstations
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to award a sole source firm fixed price purchase order to Revvity Health Sciences, Inc. for preventative maintenance services on a Zephyr G3 workstation and two SciClone G3 NGSx workstations. Revvity Health Sciences, Inc. is uniquely positioned as the manufacturer and sole authorized provider of necessary repair parts for these specialized workstations, which are critical for laboratory operations. The anticipated period of performance for this contract is from March 10, 2026, through March 9, 2028, with interested parties encouraged to submit their interest and capability to respond to the requirement by emailing Denedra Hardy at qfa5@cdc.gov by December 24, 2025.
    Laboratory Response Network Support Modification Justification
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking support for the Laboratory Response Network through a modification justification. This procurement involves an exception to the fair opportunity process, as detailed in the attached justification document, which outlines the specific requirements and objectives for this contract. The services sought are critical for enhancing the CDC's capabilities in managing public health emergencies and laboratory response efforts. Interested parties can reach out to Luci Cason at reo3@cdc.gov for further information regarding this opportunity.
    Notice of Intent to Sole Source Modification of Contract to Quest Diagnostics, Inc.
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), intends to negotiate a non-competitive modification to an existing contract with Quest Diagnostics, Inc. This modification aims to expand the scope of the contract to include access to de-identified antibody results from previously tested specimens, focusing on individuals with immunocompromising conditions as part of the CDC's Multistate Assessment of SARS-CoV-2 Seroprevalence in Commercial Laboratory Survey (MASS-C) Study. The contract modification is crucial for estimating the prevalence of SARS-CoV-2 infections and vaccinations across various demographics and geographic locations, utilizing existing data rather than incurring additional costs for new specimen collection. Interested parties may submit responses to this notice within 15 days to the primary contact, Liz Cole-Greenblatt, at qst7@cdc.gov, although the government retains discretion over whether to pursue competitive procurement.