SOURCES SOUGHT
Y -- Weldon Spring Site Interpretive Center Construction Contract
- Notice Date
- 11/5/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P919Z0001
- Point of Contact
- Angie L. Grimes, Phone: 3143318965
- E-Mail Address
-
angie.l.grimes@usace.army.mil
(angie.l.grimes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT Weldon Spring Site Interpretive Center Construction Contract This is a Sources Sought Notice. This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District of the US Army Corps of Engineers (USACE), to identify interested Contractors within the District area for the Scope of Work listed below. The following are general capabilities required to perform the Scope of Work according to USACE and Department of Energy (DOE) standards. The Contractor must be capable to perform the Scope of Work listed below. Contract is anticipated to be up to an 18 month duration Construction Contract. The order of magnitude for this effort is estimated between $5,000,000 and $10,000,000. Work associated with this requirement shall take place at the DOE Weldon Spring Site located at 7295 Highway 94 South in St. Charles, MO. General Project Description PROJECT GOALS: The Weldon Spring Site Interpretive Center chronicles the DOE Office of Legacy Management's long-term surveillance and maintenance activities. The mission of the on-site interpretive center is to communicate the site's historical legacy and provides education and research opportunities for present and future generations. Currently, an existing interpretive center building, a separate administration building, and a separate lab/maintenance building are located at the site. The goal of this project is to construct a fully-operational multi-use facility (interpretive center with exhibit hall and classrooms, administrative offices, lab/maintenance space) that meets the long term mission of the DOE at the Weldon Spring Site. The current Interpretive Center, dedicated on 5 August 2002, houses exhibits that present a photographic history of the Weldon Spring area, the towns that once occupied this area, and the site's historical contributions. It also details progression of the site cleanup process and construction of the 45-acre disposal cell and communicates the legacy of the site to current and future generations. Educational and outreach programs, tours, research opportunities, and volunteer opportunities are provided regularly by the Interpretive Center. CONSTRUCTION CONTRACT: The work covered by this contract consist of furnishing all equipment, labor, services, supplies and materials necessary to satisfactorily construct a new DOE interpretive center at the Weldon Spring Site as specified and in accordance with the contract specifications. CONTRACT AREAS AND CONSTRUCTION LIMITS: The primary contract areas are located within the DOE Weldon Spring Site boundaries, within the Missouri County of St. Charles. The DOE Weldon Spring Site is a Superfund Site as listed by the US Environmental Protection Agency. Remediation at the Weldon Spring Site was completed in 2003 in accordance with Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) regulations. The site now falls under long-term monitoring status. Construction will be required to be in accordance with all applicable federal, state, local, and Department of Energy environmental requirements. Work Statement Work associated with this requirement includes, but not limited to, construction of a new mixed-use facility consisting of an interpretive center with exhibit hall, classrooms, and auditorium for public use; administrative offices, meeting rooms, laboratory, locker rooms and showers, maintenance garage, and document storage area for DOE staff; and earthwork, landscaping and irrigation, stormwater, and parking associated with the new facility. All work shall be completed in coordination with other ongoing Federal projects onsite and without disruptions to site operations. Particular efforts will be required to coordinate with contractor responsible for installation of exhibits during building construction. BUILDING: The proposed building is a 1-story facility with approximately 25,000 square feet of usable space. The structure will be slab on grade with steel columns and beams supporting open web roof joists, metal decking with rigid insulation and a membrane roof. The building exterior will incorporate tinted glazing and insulated metal wall panels with an air-barrier wall system. The building interior will have a mixture of gypsum board and concrete masonry partition. Ceiling will be a combination of suspended acoustic tile, suspended linear wood and gypsum board. Floor finishes will include low maintenance, epoxy, stained concrete, porcelain tile, and carpet tile. Wall finishes will be paint or acoustical panels. The proposed heating, ventilating and air conditioning system is a variable refrigerant flow (VRF) distributed zone cooling and heating system that will provide sensible cooling and heating for all zones. Each of the distributed zone units shall provide independent temperature control and independent changeover from cooling to heating. New electrical service to the building shall be underground to a pad-mounted transformer. Secondary feed to the building shall be 480V, 3-phase, 4-wire, wye connected. The facility will be constructed to meet all DOE security requirements to allow for segregation between public and private areas of the facility and support site monitoring. SITE: The proposed site improvements include providing Architectural Barriers Act (ABA) compliant vehicular parking and access, new utility services, and storm water management to support the new facility. The landscape design was designed with the intention of continuing the native planting theme of the existing garden located just west of the proposed building. Shrubs, perennials, and trees were selected from a native Missouri plant pallet. All plant material is native to the area with an irrigation system. All excavated material shall be subject to the DOE Office of Legacy Management Site Procedure for Suspect Material and Debris Discoveries. This procedure provides instructions for actions to be taken to adequately mitigate potential hazards or dangers that suspect material or debris may present to workers, the environment, or the public. All suspect material is required to be tested by onsite DOE personnel. Suspect material or debris is defined as items of unknown origin found at the site. Site personnel will adhere to this procedure in the event that suspect material or debris is discovered. If potentially hazardous materials are encountered at any point during construction, the contractor shall halt operations in the area and immediately notify the Contracting Officer and appropriate DOE personnel. REQUIRED TRADES: The contractor shall have the capabilities of supplying trades including, but not limited to laborers, carpenters, operators, plumbers, electricians, mechanical/HVAC, welders, iron workers, cement masons/finishers, landscaping professionals, foremen/superintendents, surveyors, and professional engineering services for performance of work. REQUIRED EQUIPMENT: The contractor shall have the capabilities of supplying multiple pieces of equipment including, but not limited to, the types of equipment described below for performance of work: • Bulldozer, Excavators, Loaders, Dump Trucks, and other misc equipment required for sitework, grading, and landscaping. • Man Lifts, Cranes, and other misc equipment for building construction. Submission 1. Please provide examples of work that your company has performed as the Prime Contractor in the areas listed below. Include the total contract dollar value and amount bonded by submitting firm as the Prime Contractor. Detail what work was self-performed and what percentage of work was subcontracted. No more than five (5) projects should be provided to demonstrate competency and experience in the required areas of work. Describe past work experience showing all or more than one of the areas listed that were performed under one contract. Projects must have been bonded by submitting firm as the Prime Contractor to be considered. Areas of work involving characteristics that are similar to the types of work described herein: • Experience as the Prime Contractor for ground-up construction of multi-use facilities over 20,000 square feet. Pre-engineered structures will not be considered. • Experience with excavation, grading, landscaping, concrete, and retaining walls. • Utilizing energy efficient construction materials/equipment (i.e. VRF systems). • Performance of work as the Prime Contractor on a Federal contract. • Experience completing Total Building Commissioning. • Coordination of work on sites where other contractors were concurrently performing work under a separate contract. • Experience as the Prime Contractor with managing multiple subcontractors on the same contract. 2. Provide documentation supporting your firm's capability to bond projects between $5,000,000 and $10,000,000 for a single project as the Prime Contractor on a vertical construction contract. 3. Please provide business information in the following format: Business Name: Point of Contact (Name/Phone/Email): Address: Business Size (Large/Small/8(A)): Cage Code: 4. Any information submitted by respondents to this Sources Sought Notice is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice. The Government requests interested firms submit one (1) copy of their capability and experience response no later than 10:00 a.m., Central Standard Time, on 16 November 2018 and should not exceed 10 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to Angie Grimes, St. Louis District, Corps of Engineers, via email at angie.l.grimes@usace.army.mil. Fax will not be accepted. Please direct any questions on this announcement to Angie Grimes at the above email or phone number 314-331-8965.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ea7cb3b92c272b09228a9237a7a8b197)
- Place of Performance
- Address: ST. CHARLES, Missouri, United States
- Record
- SN05143297-W 20181107/181105230605-ea7cb3b92c272b09228a9237a7a8b197 (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 |