MODIFICATION
Y -- RECOVERY - Major renovation to the National Center for Agricultural Utilization Research, Phases 3 & 4, to address deferred maintenance of critical mechanical, electrical and plumbing systems, and incidental repairs, Peoria, Illinois
- Notice Date
- 9/28/2009
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Facilities Division, Facilities Contract Branch, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland, 20705-5124
- ZIP Code
- 20705-5124
- Solicitation Number
- AG-3K15-S-09-0013A
- Point of Contact
- Jessica Nunnelee, Phone: 301-504-3270, Sheila I. Anderson, Phone: 301-504-1168
- E-Mail Address
-
jessica.nunnelee@ars.usda.gov, sheila.anderson@ars.usda.gov
(jessica.nunnelee@ars.usda.gov, sheila.anderson@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- RECOVERY - The USDA, Agricultural Research Service intends to issue a Request for Proposals (RFP) for the major renovation to the National Center for Agricultural Utilization Research to address deferred maintenance of critical mechanical, electrical, and plumbing systems, and incidental repairs in Peoria, Illinois. The Base Item consists of the simultaneous renovation of Phases 3 and 4 of the Center Wing. The significant elements of work for Phase 3 (i.e. subphases III and IV) and Phase 4 (i.e. subphases V, VI and work tasks 2 and 3) include: renovation of the laboratories and support areas for portions of the Center Wing. The work encompasses all four floors, the attic and roof; and includes asbestos and lead paint abatement, demolition, and complete renovation of spaces within the phase limits of construction. Renovations include HVAC systems (including new air handling units, new partitions, doors, laboratory casework, floors, ceilings, roof covering, fume hoods and safety cabinets), plumbing including laboratory utilities, electrical power and lighting systems, communication and fire alarm systems, and lightning protection. Site work includes the connection of sanitary waste, acid waste and storm drain building utilities to new sanitary sewer and storm drain main. Additionally, work in the Semi Works building and at Cooling Tower Nos. 1 and 2 consists of the following: Replacing all condenser water and chilled water control valves; Testing and Balancing chilled and condenser water systems; retro commissioning chilled and condenser water systems, and ensuring full operation of Heat Exchanger No. 1 before the beginning of the first heating season after issuance of the Notice to Proceed. Removal and re-roofing the northern lower portion of the Center Wing and installation and commissioning of Cooling Tower 3 shall be completed before beginning of first full heating season after issuance of notice to proceed. The Optional Items are (1) Provide Air and Water Testing and Balancing (TAB) and HVAC retro-commissioning for prior constructed Phases I, IIB and IIC areas; and (2) Furnish and install eight (8) autoclaves. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The contract performance time is 660 calendar days after the issuance of the notice to proceed. The Estimated Cost of Construction (ECC) for the project is between $25 million and $40 million. The NAICS code is 236220 with a size standard of $33.5 million. This procurement is being issued on an unrestricted basis using full and open competition utilizing the negotiated method by issuing a Request for Proposal (RFP). Bid Bonds are required. Performance and Payment Bonds will be required by the successful offeror. The solicitation documents will be available for viewing and downloading on FedBizOpps (www.fedbizopps.gov) on or about September 28, 2009. A single pre-proposal conference and site visit has been tentatively scheduled for October 7, 2009, at 9:00 a.m. at the National Center for Agricultural Utilization Research (NCAUR) in Peoria, Illinois. Subcontractors are encouraged to attend the pre-proposal conference and provide copies of their business resumes to potential prime contractors for possible subcontracting opportunities. Proposals are due on Monday, October 26, 2009, at the George Washington Carver Center, ATTN; Jessica Nunnelee, 5601 Sunnyside Avenue, Beltsville, MD 20705-5124. Due to the heightened security at Government buildings, offerors are encouraged to send their proposals via overnight mail. If proposals are sent via regular mail, please allow an additional five (5) days for mail scanning. Couriers will not be allowed to drop proposals off at the security desk; they must take them to the mail room located at the back of the building and therefore must do so in enough time to meet the date and time for receipt of proposals. All responsible sources may submit a proposal which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/FCB/AG-3K15-S-09-0013A/listing.html)
- Place of Performance
- Address: 1815 N. University St., Peoria, Illinois, 61604, United States
- Zip Code: 61604
- Zip Code: 61604
- Record
- SN01973640-W 20090930/090929001003-487e7f984f85f1da3c4267439c1b171f (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 |