Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2022 SAM #7575
SOLICITATION NOTICE

Y -- Construction of a Plant Genetics Research Unit Office and Laboratory located in Columbia, Missouri nstruction of

Notice Date
8/25/2022 11:50:51 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ22R4006
 
Response Due
9/9/2022 1:00:00 PM
 
Archive Date
09/30/2022
 
Point of Contact
Carmen E. Hopkins, Phone: 8163893264, Michael D. Ashworth
 
E-Mail Address
carmen.e.hopkins@usace.army.mil, michael.d.ashworth@usace.army.mil
(carmen.e.hopkins@usace.army.mil, michael.d.ashworth@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE) Kansas City District intends to issue a Design-Bid-Build solicitation for a Firm Fixed-Price, construction contract for USDA ARS Research Lab/Office in Columbia, MO. Key aspects of this project include but are not limited to; an approximate 25,000 sq ft. new single-story facility including an approx. 8,500 sq ft biosafety level 2 lab. Construction shall consist of structural concrete masonry unit (CMU) walls with nominal CMU veneer, structural steel members, membrane roofing system and coordination with campus utilities. HVAC systems will include multiple air handling units, zoned pressurization and multiple VAVs along with exhaust fans and fan coil units. Facility will also have copper and fiber communications along with CCTV, Access Control, Intrusion Detection and Video surveillance systems with applicable cybersecurity requirements.� Facility shall follow Guiding principles for Sustainable Federal Buildings and comply with LEED �Silver� documentation for contractor verified sustainability features. �Facility includes full Comprehensive Interior Design and Optional Furniture Fixtures & Equipment. �Laboratories shall be equipped with modular casework and integral equipment. Site preparation includes demolition of existing minor utilities, clearing/grubbing and site grading. Site improvements include walkways, asphalt and concrete pavements, drainage and storm water control and all necessary support. The work is located at current USDA property near intersection of Research Park Drive and Carrie Francke Drive in Columbia, MO.� During solicitation phase, the contractors will provide a technical solution and a price proposal. The contract will be awarded based upon a Best Value Trade-Off process. The solicitation will include a detailed list of Evaluation Factors and will provide instructions for Proposal Requirements and the Basis for Award. At this time, no Pre-proposal Conference is planned for this solicitation. If the Government does elect to hold a Pre-proposal Conference, the pre-solicitation announcement will be modified accordingly. The Government anticipates an organized site visit during the solicitation phase. The solicitation will be issued as an Unrestricted (Full and Open), Request for Proposal (RFP). The estimated performance period for completion of construction is 540 calendar days from the issuance of the Notice to Proceed (NTP). The solicitation will be available on or about September 9, 2022. The solicitation, including any amendments, shall establish the official proposal due date. The North American Industry Classification System (NAICS) Code is 236220, (Commercial and Institutional Building Construction). The estimated magnitude of this project is between $10,000,000 - $25,000,000. Interested offerors must have an active registration in the System for Award Management (SAM). Firms can register via the SAM internet website at https://www.sam.gov. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective offeror. Interested offerors are required to submit their representations and certifications to the System for Award Management (SAM) website at https://www.sam.gov. All communications must be made in writing. Prospective Offerors shall submit contracting and technical inquiries and questions concerning the solicitation via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A Bidder Inquiry Key will be provided with the solicitation. A Proposal Guarantee will be required with your Phase 2 proposal in the amount of 20% of the Offeror�s proposed price or $3,000,000, whichever is less. Performance Bonds will be required for the full amount (100%) of the awarded contract before the Notice to Proceed can be issued. � � � � � � � � � � � � � � � � �********************** ATTENTION NEW REQUIREMENTS************************* NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY (NIST) SCORE IN THE SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) REQUIREMENT: Please NOTE this solicitation will require offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to this solicitation. The NIST score is a responsiveness item. Bids/offers from contractors with a NIST score in SPRS will be considered responsive and evaluated/considered for award. Those without a NIST score in SPRS will be deemed NON-RESPONSIVE and thus not evaluated/considered for award. AVAILABLITY OF PLANS AND SPECIFICATIONS ON THE PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) SYSTEM: DASA(P) Policy 21- 81, Dated 20 August 2021 - Contractors may view and/or download the Request for Proposal (RFP) and all amendments at the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. Plans and specification will not be available in paper format or on compact disc. It is the offeror's responsibility to monitor the PIEE Solicitation Model daily (using the above link) for plans, specification, and amendments to the solicitation. INSTRUCTIONS ON SENDING ELECTRONIC OFFEROR PROPOSALS: Electronic copies of each volume shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) Module at https://piee.eb.mil/. Proposals submitted by mail or hand-carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR). For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf� It is the Offeror's responsibility to obtain written confirmation of receipt of all electronic files of the full proposal by the USACE Kansas City District Contracting office. If the Solicitation Module is not operational, the alternate method for proposal submission is via email to the email address noted on Block 10 of the front of the SF1442 ONLY. The Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method. Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti�virus scan before submission. Electronic files shall be clearly identified for each volume, section, and item.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a67e895e876b4275a505d0d54d4ad82f/view)
 
Place of Performance
Address: Columbia, MO 65202, USA
Zip Code: 65202
Country: USA
 
Record
SN06440919-F 20220827/220825230126 (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.