Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2022 SAM #7429
SPECIAL NOTICE

F -- Notice of Intent to Sole Source -Design/Construction Phase Support Services for the construction of the Foreign Disease Weed Science Research Unit (FDWSRU) for the U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), Fort Detrick, MD

Notice Date
4/1/2022 11:44:23 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEPT OF DEFENSE
 
ZIP Code
00000
 
Solicitation Number
W912DR22R0047
 
Response Due
4/18/2022 11:00:00 AM
 
Archive Date
05/18/2022
 
Point of Contact
Lauren Elamenuel, Phone: 410-962-5137, Nicole C. Brookes, Phone: 410-962-2935
 
E-Mail Address
lauren.n.elamenuel@usace.army.mil, nicole.c.brookes@usace.army.mil
(lauren.n.elamenuel@usace.army.mil, nicole.c.brookes@usace.army.mil)
 
Description
Notice of Intent to Sole Source - Design/Construction Phase Support Services for the construction of the Foreign Disease Weed Science Research�Unit (FDWSRU) for the U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), Fort Detrick, MD . Contract No. TBD. This Notice is being published in accordance with Federal Acquisition Regulation (FAR) requiring the dissemination of information on proposed contract actions. This is a notice of intent to award a sole-source contract. The statutory authority for this sole-source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B), �Only one responsible source and no other supplies or services will satisfy agency requirements.�� The United States Army Corps of Engineers (USACE) Baltimore District (NAB) intends to solicit and award a Firm-Fixed-Price Sole Source Contract Merrick and Company (Merrick)�to provide Design/Construction Phase Support Services for a new�construction project consisting of a Laboratory/Head house/Greenhouse facility for the�FDWSRL�at Fort Detrick, Maryland. Merrick prepared the design/build bridging documents and as the designer of record the Government can maintain continuity of information and technical expertise, build on the established business relationship between the USDA and USACE as well as allow�Merrick to support USACE during construction with a consistent team. Requirement In general terms, the task order consists of providing design/construction phase support services�in support of new building construction. The Architect-Engineer (A-E) shall provide all necessary services required to continue support to the construction field office during the construction period. Full Design Services: AE services include preparation of all necessary documentation for the construction of the USDA facility, including design analysis, plans, specifications, cost estimate, construction schedule, field investigations, MDE permitting, AutoCad/BIM modeling, LEED documentation, value engineering, all design disciplines, Initial Planning, Requirements Coordination/Validation: Review of bridging documentation, develop PMP, perform site visit and interview stakeholder to determine/validate the Basis of Design in preparation for Planning Charrette and development of program documentation. Preparation of a Design Build Request for Proposal with updated design drawings, program documents and cost estimates. Services would also include support during Advertising such as responding to bidder inquiries, attending a pre bid site visit, and preparing amendments. � Due to the specialized nature of this facility, the AE shall engage the following specialty consultants: BSL-3 Lab Architects/Planners and Biocontainment greenhouse. Other unique features of this project include: Dedicated Small Office spaces, inside and outside of containment. Biocontainment Greenhouses, each divided into separate compartments. BSL-3 Containment Labs, with capability of one lab to meet requirements for Select Agent work. Support Rooms for controlled environment, dew, and growth chambers. Flexible-use Locker/Change facilities. Robust decontamination systems for solid and liquid wastes. 3. Optional Post Construction Support Services will include: Review proposed shop drawings/submittal reviews, design changes, modifications, construction cost estimates, and value engineering proposals; Site visits during construction Responding to Requests for Information (RFIs) Technical assistance services Commissioning Support On-Site Representation Change order/modification analysis; Specialized Inspection services during construction; Specialized environmental science and other technical consulting services; Engineering testing and inspection; As Built drawings and specifications; LEED documentation; On-site Construction Management Services to include quality assurance, construction inspection and testing, and daily progress documentation. Note: The A-E will not be compensated for construction phase support required to correct errors or omissions in the design documents. Technical Assistance shall be task specific and rendered only after receipt of a written request from the Area/Resident Engineer and their staff. The A-E shall document the effort expended for each Technical Assistance task in the summary of work included with their invoices. The Construction Phase Support Services will be concurrent with construction duration of the project. The Period of Performance for this Task Order is�five (5) years�from Date of Award. This notice is NOT a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. Capability statements must be received by the response date and time of this notice. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The approved Justification and�Approval, (J&A) for this procurement will be posted following the closure of this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4bc0dab28b0845449d98a5b9c3d45785/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN06287265-F 20220403/220402211544 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.