IRV Lab Exhaust and Vacuum Pump Replacement

Project ID: OC-2026-131276 FederalOpportunitiesSources Sought
Overview
AgencyFood and Drug Administration
Deadline02/18/26
Posted02/02/26
Estimated ValueNot Provided
Set AsideNone
NAICS238220 - Plumbing, Heating, and Air-Conditioning Contractors
PSCZ2AA - Repair Or Alteration Of Office Buildings
LocationIrvine, CA United States
Description
Primary Latest Change

Summary

1. PURPOSE This Sources Sought Notice is issued solely for market research purposes in accordance with FAR Part 10. The Government seeks information from qualified small businesses to assess availability, capability, and potential set-aside considerations in support of a FAR Part 36 construction requirement. This notice is not a solicitation, request for proposals, or request for quotations. No contract will be awarded as a result of this notice. 2. BACKGROUND / REQUIREMENT OVERVIEW The Government anticipates a requirement for the removal, purchase, delivery, installation, and commissioning of exhaust and vacuum pump systems in support of FDA laboratory operations located in Irvine, California. The anticipated scope may include, but is not limited to: - Commercially available exhaust and/or vacuum pump units - Selective demolition and removal of existing HVAC/exhaust components - Installation and integration with existing building infrastructure, automation, and controls - Testing, adjusting, balancing (TAB), commissioning, and acceptance - Warranty support and technical documentation - Coordination of all work to minimize disruption to ongoing FDA operations The Government anticipates the use of commercial products and services in accordance with FAR Part 12, unless market research indicates otherwise. 3. REQUESTED INFORMATION The FDA seeks only the minimum information necessary to assess: - Industry capability to perform the full scope of the requirement - Availability of qualified small businesses for set-aside consideration - Commerciality of products proposed for use. Responses from all interested parties are welcomed. Interested respondents must complete and submit the provided vendor questionnaire in xlsx format, addressing the following areas: A. Business Information - Company name, address, and point of contact - SAM.gov UEI and CAGE Code - Business size and socioeconomic status (e.g., SB, 8(a), HUBZone, SDVOSB, WOSB) - Applicable NAICS code(s) under which the firm performs this work B. Technical Capability - Description of exhaust and/or vacuum pump products offered (commercial off-the-shelf preferred) - Manufacturer(s) represented (if reseller or integrator) - Performance specifications (e.g., capacity, pressure/vacuum range, materials, controls, noise levels) - Compliance with applicable codes and standards (e.g., OSHA, NFPA, ASME, ISO, EPA) C. Installation and Integration - Experience installing and integrating HVAC and exhaust systems in occupied laboratory, research, or healthcare facilities - Capability to perform work under FAR Part 36 construction requirements (e.g., coordination, site work, safety, scheduling) D. Schedule and Risk Considerations - Identification of key schedule risks or constraints the Government should consider based on the described scope E. Financial Capability - Average annual construction revenue for the past three (3) fiscal years - Confirmation of ability to obtain: - Performance and payment bonds for a project of this magnitude - Insurance coverage typical for Federal construction projects - Confirmation of the firm's ability to finance labor, supplies, and equipment upfront, recognizing that the Government does not pay for services until work is completed or approved progress milestones are met F. Past Performance Provide two (2) projects of similar and relevant work performed within the last five (5) years, including: - Customer name (Government or commercial) - Brief description of scope - Contract value

Period of performance

G. Commerciality - Confirmation of market availability and lead times, including country of origin, for products proposed for use (e.g., fans, pumps, controls, specialty ductwork). 4. SUBMISSION INSTRUCTIONS All responses shall be submitted electronically in xlsx format to:

Sheneil Green

Sr. Contractor Contract Specialist sheneil.green@fda.hhs.gov Respondents should limit attachments to product cutsheets or brochures submitted as appendices in support of questionnaire responses only.

Email Subject Line

FDA IRV Exhaust and Vacuum Source Sought Response [Company Name] 5. DISCLAIMER This Sources Sought Notice is for information and planning purposes only and shall not be construed as a commitment by the Government. The Government will not pay for information submitted in response to this notice. Information received will be used to: - Assess small business participation - Evaluate commercial availability - Support acquisition strategy development.

Summary (Newest Update)

Background The U.S. Food and Drug Administration (FDA) anticipates a requirement for the removal, purchase, delivery, installation, and commissioning of exhaust and vacuum pump systems to support laboratory operations in Irvine, California. This project aims to replace outdated vacuum pump systems that pose a risk due to their age and lack of available replacement parts. The project also addresses safety concerns related to vaporized hydrogen peroxide (VHP) detection in laboratory isolators. Work Details The scope of work includes: - Replacement of end-of-life vacuum pump systems at the FDA facility, specifically the AES-Dekker Laboratory Vacuum System Model AES-VMX0153MA2-45-DS with a capacity of 23.3 SCFM @ 25 'HGVAC. - Selective demolition and removal of existing HVAC/exhaust components. - Installation and integration with existing building infrastructure, including controls and automation. - Testing, adjusting, balancing (TAB), commissioning, and acceptance of new systems. - Warranty support and technical documentation. - Coordination of all work to minimize disruption to ongoing FDA operations. Additional requirements include providing necessary surveys, engineering services, equipment cutsheet submittals for review before procurement, ensuring N+1 redundancy for system resilience, and compliance with NIH Design Requirements Manual. Period of Performance The contract work is expected to commence promptly upon execution and will be completed within 222 calendar days following the issuance of the Notice to Proceed (NTP). Place of Performance The construction projects will be performed at the U.S. Food and Drug Administration facility located at 19701 Fairchild, Irvine, California.

Contacts
Contact nameSheneil Green
Contact emailsheneil.green@fda.hhs.gov
Contact phone(301) 796-0675
Same Region Opportunities