SOLICITATION NOTICE
Z -- Renovate 15 Laboratories
- Notice Date
- 5/16/2023 12:20:29 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 1098888
- Response Due
- 7/10/2023 1:00:00 PM
- Point of Contact
- Monte Jordan
- E-Mail Address
-
monte.jordan@usda.gov
(monte.jordan@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a pre-solicitation announcement for U. S. Department of Agriculture (USDA), Agricultural Research Service (ARS), Southeastern Fruit and Tree Nut Research Laboratory (SFTNRL), 21 Dunbar Rd., Byron, Georgia 31008.� Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or about 15 days after this synopsis is posted through the government-wide point of entry (GPE), contract opportunities website also known as SAM (https://sam.gov), for project, Space Renovation of Laboratories 111(113), 127(130), 128(131), 129(132), 209/210, 211/212, 213, 224, 226, 227, 228, 229, 232, 233 & 267.� This construction project is a total set-aside for Small Business firms (SB). The North American Industry Classification Code (NAICS) for this procurement is 236220 Commercial and Institutional Building Construction.� The size standard $45.0 million. In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the magnitude of this contract project is between $1,000,000 and $5,000,000.� The government intends to award a Firm Fixed Price Contract in late July 2023.� This notice is for informational purposes only and is not a request for submission of offers.� No other information regarding scope, dates, etc. is available until issuance of the solicitation on https://sam.gov/.�� The USDA is seeking a qualified Contractor who shall remove existing casework, counter tops, electrical and plumbing fixtures and properly dispose of them. �The contractor shall install new casework, electrical, gas and plumbing fixtures. The contractor shall furnish all labor and materials for the described project in strict conformity with safety, standards, laws, statutes, and ordinances for a chemical/biological research laboratory biosafety level 2 (BSL2) in a federal facility. VARIANCE on 2ND FLOOR Labs � Labs 224, 226, 228, 229, 232 & 233 will already have newly installed countertops. Contractor will carefully remove and store newly installed counter tops and fixtures to be reinstalled onto the newly installed casework. To ensure limited interruption of lab research there can only be one lab renovated at a time. This will be a phased project starting with the 1st floor Labs (111, 127, 128, 129).� Upon completion and acceptance of lab renovation, work will be scheduled and started on the next lab. Once 1st floor labs are completed, work will be scheduled for the 2nd floor labs.� The site of work contemplated for this project is at USDA, ARS, SEA, Southeastern Fruit and Tree Nut Research Laboratory (SFTNRL), 21 Dunbar Rd., Byron, Georgia 31008 location.� A Request for Proposal (RFP) will be issued on or about 15 days after this synopsis notice is posted through the government-wide point of entry (GPE), contract opportunities website also known as SAM (https://sam.gov). Project: 1- Removal of fume hoods in labs 111, 127, 129, 213, 226 & 228. Fume Hoods are a Presumed Asbestos Containing Material (PACM). Removal must be done by a certified asbestos abatement tech and without disassembling. Once Fume Hood is removed, must be wrapped in two layers of 6 mil plastics and then disposed of as asbestos containing material (ACM). 2- Demolition and removal of all casework. The contractor is responsible for locating and completely shutting off gas, water and electrical during this phase. All that can be recycled shall be recycled and weight recorded. 3- Some demolition and removal of ceiling tiles and ceiling grid around fume hoods. 4- The contractor shall provide and install all new lower cabinets, upper cabinets, sink cabinet, knee space assemblies, countertops, sinks, fixtures, electrical outlets and any fillers or scribes necessary for complete installation. This shall include final connections of any mechanical, gas, plumbing and electrical. 5- All counter tops shall be 1� black phenolic resin worktop and Greengard certified � similar or exceed specifications of FunderMax RE-Technology (see attached brochure). A 6� high applied backsplash of same material as countertop. Will include sinks, outlets, pegboard, 30""w. x 30""h. w/46 Pegs & Drip Trough, cup sinks and some fabrication. 6- The contractor shall re-install undamaged ceiling grid and tiles or install new ceiling grid and tiles where applicable. 7- Water saver service fixtures and fittings to include H & CW faucets, H/C mixing faucet, DI faucet, pre-rinse hose unit, and deck mounted AGV service valves and required mounting hardware. All valves will be mounted in original locations unless specified otherwise. 8- Wall mounted single channel electrical raceway, wiring, outlets and cover plates. Must be installed in accordance with the most recent National Electrical Code (NEC). If an equivalent metal wire mold is going to be used, its use must first be pre-approved.. 9- Cove Base moldings shall be removed from walls and new installed on walls and base cabinets. Moldings shall be black. The electrical raceway above counter shall be Legrand 3300 series or similar Aluminum raceway. All lab casework and tops shall be SEFA12-2014 certified. Color to be determined.� All fume hoods must meet or exceed specification of the Airfoil Variable Volume Fume Hood Superstructure. Completion Time: The completion of this project shall not exceed 365 days from date of notice to proceed.� A request for time extension must be submitted to the Contract Specialist in writing. Each request must include specific and detailed reasons in support of the schedule alteration.� Within 14 calendar days after Contract Award, the Contractor shall provide the Government with a detailed schedule of dates on which the Contractor plans to accomplish the work.� Prior to commencing work, the contractor receiving award shall provide proof that an OSHA certified ""competent person"" (CP) (29 CFR 1926.20 (b)(2)) with 30-hour OSHA certification will maintain a presence at the work site whenever the general or subcontractors are present. All employees of general contractor or subcontractors on site shall have the 10-hour OSHA certified Construction Safety course. As authorized by FAR 5.102, solicitation dissemination is limited to electronic medium, and the USDA will provide no hard copies. The solicitation, consisting of various solicitation documents, specifications, forms, and drawings will only be available for download at no charge at the Contract Opportunities website (https://sam.gov/) on or about 15 days after this synopsis notice is posted, with a due date to be specified in the Solicitation. Further details of all dates and events, including site visit and proposal due date, will be available in the solicitation.� No other site shall be used to obtain these documents. All interested offeror's (prime contractors & subcontractors) should register at www.SAM.gov so that others will know of your interest in participating in this procurement. A Bidder's List WILL NOT be prepared nor distributed by the Contracting Officer, as it is the Offeror's responsibility to register at the SAM.gov website. Offerors are advised that they are responsible for obtaining ALL solicitation documents and acknowledging any amendments and should re-visit the SAM website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USDA.��������������������������������������������� REGISTRATIONS:� Prospective contractors must have a Unique Entity Identifier (UEI) number, shall be registered and active in the System for Award Management database and have completed their electronic annual Representations and Certifications at http://www.sam.gov, .� Prospective contractors shall be verified in the Vetbiz Registry Information Pages prior to submitting an offer and shall have completed the VETS-4212 report at: http://www.vets4212.dol.gov (if applicable).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb996085d0d74e5bbc58a8a0081e8289/view)
- Place of Performance
- Address: Byron, GA 31008, USA
- Zip Code: 31008
- Country: USA
- Zip Code: 31008
- Record
- SN06683912-F 20230518/230517212022 (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 |