Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2011 FBO #3626
SOLICITATION NOTICE

Y -- Design-Build Life Science Test Facility Addition, Dugway Proving Grounds, Utah

Notice Date
10/27/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-12-R-0001
 
Response Due
12/21/2011
 
Archive Date
2/19/2012
 
Point of Contact
Connie L Newell, 916-557-5229
 
E-Mail Address
USACE District, Sacramento
(connie.l.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project is a Design-Build of a 41,200 SF permanent addition to the existing Life Sciences Test Facility (LSTF) building. Project will house test research, design, analysis and report writing area for scientists, an area for calibration, maintenance and repair of sensitive laboratory instruments, an autoclave with supporting equipment, ten Bio-Safety Level 2 (BSL2), five BSL3 labs and one additional BSL3 Aerosol Chamber. The existing building will be renovated so that access to the new addition is through the existing LSTF to avoid duplication of security personnel for the new addition. Project will include construction of a parking lot to tie into existing road network. A waste handling system is to be included to dispose of laboratory-generated waste in accordance with all applicable laws, rules, regulations and standards. Project to also include but not limited to the following: -Air conditioning and heating as required. -Connect utility extensions to the new building addition. -Install fire detection system and connect to existing fire alarm system. -Install a fire suppression system in accordance with UFC 3-600-01, AR 420-1, all applicable National Fire Protection Association (NFPA) codes,(IBC) International Building Code, (UFC) Unified Facilities Criteria, Dugway Fire Department, and any other applicable requirements. -Install an auxiliary generator to maintain power to mission-critical RDTE (Research, Development, Testing and Evaluation) processing systems, including associated safety, alarm, and shutdown systems in the event of an interruption or failure of the power grid. -Install an IDS (Intrusion Detection System) in accordance with AR 190-17 and requirements identified by the vulnerability assessment team. All required Anti-Terrorism/Force Protection measures are to be included. CCTV (closed Circuit Television) installation will be MILCON funded and the CCTV acquisition will be proponent funded. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of containment laboratories and hospitals, Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. AE disciplines required to comply with the above requirements include but are limited to, registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certified), interior designer, landscape architect, community planner, certified environmental survey/design personnel, and construction management. This project will follow a "Fast Track" process (design and construction allowed to progress as parallel activities). The D-B Contractor will have discretion as to when submittals will be made and the content of the submittals --- within the guidelines of the RFP. All design review comments for the work and applicable construction techniques for unusual construction conditions must be appropriately addressed and direction received from Contracting Officer prior to the start of construction activities. The Phase 1 RFP is anticipated to be posted on or about 21 November 2011. Phase 1 anticipated Proposals due on or about 21 December 2011, 3:00 pm (Pacific). A SITE VISIT/PRE-PROPOSAL CONFERENCE FOR QUALIFYING PHASE "2" CONTRACTORS IS: On/Or About 26 Jan 2012 @ 0900 Hours (Local Time), Dugway Proving Grounds, UT. Specific date, time and location will be identified in the solicitation. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the RFP is issued. Viewing/downloading documents from FedBizOpps will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedBizOpps user, you will also be required to register in FedBizOpps (www.fbo.gov) before accessing the RFP documents. To register, click on the Register Now button in the Vendors Block and follow the instructions. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or Cage Code; Telephone Number; and E-mail Address. Once registered with FedBizOpps, interested parties will then be able to log in and access the RFP documents. Important Note: Solicitation documents can be accessed ONLY via FedBizOpps. Please note that ALL contractors who want to register with FedBizOpps must be CCR registered, and have a MPIN, DUNS number or Cage code. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: (Prime/Sub) XYZ Construction, or XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-R-0001/listing.html)
 
Place of Performance
Address: U.S. Army Dugway Proving Grounds Dugway UT
Zip Code: 84022
 
Record
SN02613650-W 20111029/111027233934-3103eee87821a56beda3cf324b865df0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.