Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOLICITATION NOTICE

Y -- Renovate Greenhouse Moscow Idaho

Notice Date
4/19/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, Colorado, 80526
 
ZIP Code
80526
 
Solicitation Number
AG-82FT-S-12-0014
 
Archive Date
6/21/2012
 
Point of Contact
Joseph D Lewis,
 
E-Mail Address
jdlewis@fs.fed.us
(jdlewis@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Agriculture, Forest Service, Rocky Mountain Research Station, has a project entitled "Moscow Greenhouse" at the USDA, FS, RMRS. Moscow, Idaho location. The work to be done includes but is not limited to: Furnish all labor, materials, equipment, transportation, supervision, and perform all work in strict accordance with the specifications as required for the Moscow Greenhouse" at the USDA, FS, RMRS. Moscow, Idaho. Principal Features of Work: This project contains a Base Bid with eight (8) Optional Bid Items. Base Bid: The intent of the Base Bid is to demolish an existing 2,516 s.f. research headhouse and glass greenhouse down to their structural framing, knee walls, and foundations. Approximately 1/3 of greenhouse structural framing is intended to be removed and stored as part of the base bid. The base bid also includes structural upgrades to both the headhouse and greenhouse. The headhouse will receive new exterior siding, insulation, roofing, windows, doors and a new bathroom. The greenhouse will receive new waterlines, concrete floors, exterior polycarbonate skin, fans, irrigation system, fertilizer system and control system. The headhouse and greenhouse will both be updated with new mechanical and electrical systems. The existing greenhouse contains three (3) Bays with a continuous corridor down the east side of the greenhouse that connect the bays to the headhouse. The Base Bid provides for the completion of two (2) Bays (Bays 1 and 2). Optional Bid Item #1: This alternate provides for the work associated with one (1) 6x8 walk in cooler and one (1) 6x8 walk in freezer that will be installed in the headhouse. Work includes providing condensing units and associated concrete pads. Optional Bid Item #2: This alternate provides for the work associated with the underground reclaimed water storage tank for the greenhouse. Optional Bid Item #3: This alternate provides for the work associated with greenhouse manual ridge venting for Bays 1 and 2. Optional Bid Item #4: This alternate provides for the work associated with a new fire alarm system for the headhouse. Optional Bid Item #5: This alternate provides for the work associated with a new electric wall heater in the bathroom (Room 103). Optional bid items 6A, B and C involve work related to Bay 3. Optional Bid Item #6A: This alternate provides for the work associated with the structural steel upgrades for Bay 3. Optional Bid Item #6B: This alternate deletes all work associated with removing and salvaging the steel framing for Bay 3 that was included in the base bid. This alternate Optional Bid Item #6C: This alternate provides for the work associated with adding Polycarbonate Skin, ventilation fans and vents to Bay 3. Note: The boiler piping in the headhouse has been tested and found to contain asbestos. Remove the materials containing asbestos as indicated in Section 028200 -Asbestos Remediation. Any changes or additional information will be provided in the solicitation package. The period of performance is 160 calendar days after receipt of Notice to Proceed (NTP). The magnitude of construction is estimated between $500,000 and $1,000,000. The NAICS Code is 236220, with a size standard of $33.5 million. Solicitation documents will be available for viewing and downloading at the Fed Biz Opps web site: www.fedbizopps.gov on or about 7 May, 2012. The solicitation will be posted on the FedBizOpps website at www.fedbizopps.gov. No paper copies of the solicitation will be issued. It is the responsibility of the contractor to check the website for the solicitation, as well as any amendments that may arise... A firm-fixed price contract will be awarded to the responsible offeror who submits the "Best Value" proposal. This procurement requires the use of bio-based products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonable priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the Federal Biobased Products Preferred Procurement Program (FB4P). Offeror is required to register at CCR: http://www.ccr.gov/ and Register at ORCA: https://orca.bpn.gov/. Electronic proposal submissions by e-mail are required. Phone calls will not be accepted due to written document requirements, therefore e-mail or fax instructions and are listed on the RFP. Contracting Officer, jdlewis@fs.fed.us
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82FT-S-12-0014/listing.html)
 
Place of Performance
Address: Moscow Idaho, Moscow, Idaho, United States
 
Record
SN02726755-W 20120421/120420000519-8c47a72296ecd687f90556b3bbf90ea2 (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 |
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.