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
    75N99024R00090 C109584 - Building 105, Providing Standby Power for Chilled Water Generation to Improve Reliability of the Research Triangle Park (RTP) Central Utility Plant (CUP)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the National Institutes of Health, is soliciting proposals for a design-build project aimed at enhancing the reliability of the Central Utility Plant at Research Triangle Park, North Carolina. The primary objective is to provide standby power for chilled water generation, ensuring continuous cooling for critical research facilities, particularly in the event of electrical utility failures. This project is vital for maintaining operational integrity in laboratories and vivarium environments, where temperature and humidity control are essential for sensitive scientific equipment and research activities. Interested contractors must submit their proposals by September 23, 2024, with an estimated project budget ranging from $25 million to $100 million. For further inquiries, contact Thuy Le at thuy.le@nih.gov or Thao Nguyen at thao.nguyen@nih.gov.
    Clinic Consortium for HIV Implementation on Research and Prevention (CCHIRP)
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), has announced the cancellation of the pre-solicitation for the Clinic Consortium for HIV Implementation Research and Prevention (CCHIRP). This initiative aimed to address HIV implementation research and prevention strategies; however, due to current budgetary constraints, the funding for this requirement has been impacted, leading to the cancellation of Notice ID No. 75D301-24-R-72954. The government will reassess the requirement and may issue a new solicitation in the future if funding becomes available. For further inquiries, interested parties can contact Mark Wirtz at mag8@cdc.gov or Stephanie Reid at qs5@cdc.gov.
    Y--MALU 293291 Rehabilitate the Visitor Center and
    Active
    Interior, Department Of The
    The Department of the Interior, National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center and Headquarters at the Martin Luther King Jr. National Historic Park in Atlanta, Georgia. The project aims to enhance the facility through comprehensive renovations, including interior remodels, roof repairs, HVAC and electrical updates, and site improvements, all while ensuring compliance with safety and environmental standards. This initiative underscores the government's commitment to preserving national historic sites and improving visitor experiences. The estimated contract value ranges from $5 million to $10 million, with proposals due by October 18, 2024. Interested contractors can contact John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626 for further information.
    NIOSH IT Services
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is seeking qualified vendors to provide Information Technology (IT) support services for the National Institute for Occupational Safety and Health (NIOSH) through a sources sought notice. The contract aims to enhance IT infrastructure, support scientific applications, and facilitate data sharing among interdisciplinary teams, with a focus on system maintenance, cloud infrastructure management, data security, and agile project management. This initiative is vital for advancing NIOSH’s mission and operational needs, with a contract period anticipated from August 1, 2025, to July 31, 2030. Interested parties must submit their capability statements by October 9, 2024, to Joseph Butkus at jbutkus@cdc.gov, as the government evaluates potential market capacity for this requirement.
    Sources Sought (SS) | World Trade Center Health Program | Survivor Clinical Center of Excellence
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, through the Centers for Disease Control and Prevention (CDC), is seeking information from organizations interested in supporting the operationalization of a Clinical Center of Excellence (CCE) as part of the World Trade Center (WTC) Health Program. The objective is to identify potential contractors capable of providing monitoring and treatment services for eligible Survivor members affected by the September 11 terrorist attacks, with services required from July 1, 2025, to June 30, 2030. This initiative underscores the federal commitment to delivering comprehensive healthcare to 9/11 responders and survivors, emphasizing compliance, effective personnel management, and high-quality service delivery. Interested parties must submit their capability statements by October 2, 2024, and can direct inquiries to Melissa Lera at umt1@cdc.gov.
    Blanket Purchase Agreement (BPA) for Dry Ice / CO2
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is seeking proposals for a Blanket Purchase Agreement (BPA) to supply dry ice and liquid carbon dioxide (CO2) essential for laboratory operations. The procurement aims to secure a reliable source of these materials, with specific requirements including the delivery of 520,000 lbs. of dry ice and 780,000 lbs. of liquid CO2 annually, emphasizing compliance with safety and quality standards. This BPA, valued at an estimated $4.8 million over five years, is set aside for service-disabled veteran-owned small businesses, with quotes due by August 20, 2024, and questions accepted until August 5, 2024. Interested vendors should contact James Brown III at xvn8@cdc.gov for further details.
    Mine Roof Simulator Repair
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is planning to issue a sole source order for Mine Roof Simulator Repairs. The Mine Roof Simulator is a large press used to measure the structural performance of roof supports and ventilation structures in coal mines, ensuring the safety of coal miners. The simulator has specific dimensions, with upper and lower platens measuring 20 feet by 20 feet and the ability to accommodate a specimen up to 16 feet tall. It can apply 1500 tons of vertical force, 800 tons of horizontal force, and react to 800 tons of lateral force. The purpose of this acquisition is to ensure the continued operation of the Mine Roof Simulator Laboratory at the lowest possible cost. The repairs required include replacing the Teflon coating on all four horizontal actuators. MTS Systems Corporation has been identified as the sole source for this repair work. Interested parties must be registered in the System for Award Management (SAM) prior to the award of the federal contract. Responses to this notice will be considered to determine whether a competitive procurement is necessary. Capabilities statements and pricing information should be submitted to Bethany Diaz, the Contract Specialist at CDC, by December 20, 2023.
    B267 Expand Hazardous Waste Facility
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the expansion of the hazardous waste storage facility at Columbus Air Force Base in Mississippi. The project involves site preparation, foundation laying, construction of block walls, installation of a roof, and the addition of safety features such as explosion-proof electrical equipment and fire protection systems. This expansion is crucial for enhancing the facility's capacity to manage hazardous waste safely and in compliance with federal regulations. Interested contractors must submit their proposals by September 12, 2024, and are encouraged to attend a site visit on September 10, 2024, to better understand the project requirements. The estimated contract value ranges between $250,000 and $500,000, and inquiries can be directed to Daniel Stilts at daniel.stilts@us.af.mil or LiConstance Hayes at 14cons.pka.construction@us.af.mil.
    “Health and Human Services Office Consolidation”, San Francisco, CA
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the "Health and Human Services Office Consolidation" project at the Speaker Nancy Pelosi Federal Building in San Francisco, CA. This project involves comprehensive construction services, including the renovation and reconfiguration of approximately 46,000 square feet of office space, requiring demolition, high-quality interior finishes, and the installation of various mechanical and electrical systems. The initiative aims to enhance workspace efficiency and functionality for the U.S. Department of Health and Human Services, reflecting the government's commitment to optimizing federal office environments. Interested small businesses must submit their proposals by September 23, 2024, with an estimated project cost between $10 million and $20 million. For further inquiries, potential bidders can contact Dan Makowski at dan.makowski@gsa.gov or Daniel Ramirez at daniel.ramirez@gsa.gov.
    CDC Small Business Engagement Summit
    Active
    Health And Human Services, Department Of
    Presolicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF intends to award a sole source contract to QIAGEN, LLC for the procurement of an EZ! Advanced XL System. This system is typically used for In-Vitro Diagnostic Substance Manufacturing. The contract is for supplies or services under the authority of FAR 13.106-1(b) (SAP) and 41 U.S.C. 3304(a)(1). Interested parties may submit proposals within five days of the issuance of this notice. The deadline for submission is 06:00AM, July 24, 2023.