Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
MODIFICATION

Y -- Design-Build-Bridging Construction Services for the Modernization of the U.S. National Poultry Research Center (USNPRC), SEPRL Campus in Athens, GA - Amendment 1

Notice Date
1/10/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Agricultural Research Service, FD Modernization Branch, 5601 Sunnyside Drive, Beltsville, Maryland, 20705, United States
 
ZIP Code
20705
 
Solicitation Number
AG-3K25-S-17-0003
 
Point of Contact
Michael J Wigfall, Phone: 301-504-1170, Michael W. Thompson,
 
E-Mail Address
michael.wigfall@ars.usda.gov, Michael.Thompson@ars.usda.gov
(michael.wigfall@ars.usda.gov, Michael.Thompson@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service, intends to issue a Request for Proposal (RFP) for the replacement of the Southeast Poultry Research Laboratory (SEPRL) at the U.S. National Poultry Research Center in Athens, GA. This SEPRL Modernization Project will be implemented by the Design-Build project delivery method and will involve the design and construction of an entirely new research campus. The USDA has developed a set of Bridging Documents (plans and specifications) showing and describing the project's essential elements. BACKGROUND: The SEPRL staff currently conducts research activities in more than thirty buildings with a combined floor area of approximately of 80,000 Gross Square Feet (GSF) on a thirty-two acre site. The offices, laboratories, conference and animal facilities are outdated, poorly equipped and overcrowded. Since the construction of the campus in the 1960s, the scope and objectives of SEPRL's research mission have changed, resulting in the facilities' inability to properly support the research necessary to lead the nation and the world in the control of devastating poultry and zoonotic diseases such as avian influenza. REQUIREMENT: The selected Design Build Contractor (DBC) will be required to provide all of the necessary professional architectural and engineering services. The scope of this contract will require the DBC to demolish 29 buildings occupying approximately 69,000 GSF, to construct four new main buildings occupying approximately 255,000 GSF, some smaller support buildings, and to completely replace all of the existing utility systems. The four new main buildings will consist of: 1) Building (B)45, a two story, laboratory, office, and administration building occupying about 67,000 GSF; 2) B46, an Animal Biosafety Level- 2 (ABSL-2) poultry holding facility with a main floor, penthouse and basement, with a floor area of about 87,000 GSF; 3) B47, consisting of: a) Biosafety Level-3 Enhanced (BSL-3E) laboratories, b) Animal Biosafety Level-3 Enhanced (ABSL-3E) poultry holding facilities; and c) Biosafety Level-3 Agriculture (BSL-3AG) animal holding facilities, housed on a main floor, a two level penthouse, a basement and a mezzanine, with a combined area of approximately 89,000 GSF; and 4) B49, a hatchery and brooding facility with a main floor and basement covering about 12,000 GSF. BASE: Base Item - All project design and construction work is contained in the Base Item, except for the Optional Items described below. OPTIONS: OPTION 001 - Provide and install in B46 a new tissue renderer and all of its associated utilities as shown in the Bridging Documents (BD) plans and specifications. OPTION 002 - Provide all labor, material and equipment to upgrade the HEPA filter boxes in B47 with an automatic scan testing feature. This option shall also include providing two automatic scanning systems complete with all necessary equipment needed to perform the automatic scan. OPTION 003 - Provide all labor, material and equipment to construct a pre-engineered building (B50) as detailed on the BDs. The DBC may use this building for storage during the construction duration and prior to the Government's taking ownership of the building. The warranty period for this building will not start until Government takes ownership of the building. GENERAL: The contract performance time is approximately 2008 calendar days (Base and all Optional Items) after the issuance of the Notice to Proceed. Total Design-Build cost is estimated to be more than $100 million. The North American Industry Classification System (NAICS) codes are 236220 (Construction), 541310 (Architect) and 541330 (Engineering), with a size standard of $33.5 million for construction and $4.5 million for architectural and engineering services. This project will be initiated by a two-phase design-build solicitation. 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). The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful DBC must design and construct complete and useable facilities, as described in the RFP documents. One solicitation will be issued covering both phases. Phase One is the pre-selection phase. This phase does NOT include the submission of a price proposal. Evaluation factors under Phase One may consist of the following: Bonding, Project Management, Special Experience & Technical Capacity and Past Performance. Proposals will be evaluated in Phase One to determine which offerors are eligible to submit proposals for Phase Two, and an amendment to the RFP will be issued to those selected offerors (maximum of four). The detailed project performance requirements for this project will be included in the amended RFP package for Phase Two. The Evaluation Factors for Phase Two will consist of the following: Technical Solutions, Oral Presentations, the Design-Build Team, and Small Business Utilization. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,500,000. If the offeror is a large business, the firm will be required to submit a sub-contracting plan as part of its proposal package during Phase Two of the solicitation. The contract will be awarded, based on the Best Value "Trade-off" process, to the firm whose proposal, in the judgment of the Contracting Officer, provides the best combination of design features and cost or price reasonableness. In making this determination, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to make the contract award to other than the lowest price offeror, price and other factors considered. Bid Bonds are required. Performance and Payment Bonds will be required by the successful offeror. It is anticipated that the solicitation documents will be available for viewing and downloading on FedBizOpps (www.fedbizopps.gov) on or about December 22, 2016. Plans and specifications will NOT be provided in hard paper copy. The solicitation and all amendments for the RFP will be posted on www.fbo.gov Proposals are due on or about January 23, 2017, at the George Washington Carver Center (GWCC), ATTN; Michael Wigfall, 5601 Sunnyside Avenue, Beltsville, MD 20705-5123. 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. Offerors will have the maximum timeframe expressed in calendar days below to develop proposals in response to Phase 1 and Phase 2. In Phase I, the Government will evaluate Performance Capability proposals to "Shortlist" a maximum of four (4) of the most highly qualified Offerors. ONLY those firms selected in Phase I will be allowed to participate in Phase II. a. PHASE 1 - 30 Calendar Days b. PHASE 2 - 30 Calendar Days It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No copies on electronic storage (USBs, DVDs, CDs, etc...) or hard copies will be made available. If an offeror would like to be listed so that others can see that the offeror is an interested vendor, the offeror must click the "Add Me to Interested Vendors" button in the listing for this solicitation on www.fbo.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d6049abe96ccfd0d812beef7e530483)
 
Place of Performance
Address: 934 College Station Road, Athens, Georgia, 30605, United States
Zip Code: 30605
 
Record
SN04367214-W 20170112/170110233758-9d6049abe96ccfd0d812beef7e530483 (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  © 1994-2020, Loren Data Corp.