Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2017 FBO #5558
MODIFICATION

Z -- OR-FORENSICS LAB D/B REPAIR RENOVATE

Notice Date
2/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE EASTSIDE FEDERAL COMPLEX 911 NE 11TH AVENUE PORTLAND OR 97232-4181 US
 
ZIP Code
00000
 
Solicitation Number
F17PS00115
 
Response Due
2/17/2017
 
Archive Date
2/28/2017
 
Point of Contact
Lautzenheiser, Karl
 
Small Business Set-Aside
N/A
 
Description
This is an amended SOURCES SOUGHT SYNOPSIS to clarify NAICS code to be 236220. The date for receipt of information is 2 PM PST on February 17, 2017 on this request for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on FedBizOpps (http://www.fbo.gov). It is the potential offeror ¿s responsibility to monitor FedBizOpps for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 236220 (Addition, alteration and renovation, commercial and institutional buildings) Small Business Size Standard: $36.5 Million Product and Service Code (PSC): Z2DB (Repair or Alteration of Laboratories and clinics) GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price (FFP) design-build (D/B) for site building improvements to the Clark R. Bavin National Forensics Laboratory located at 1490 East Main, Ashland Oregon. Work includes: The facility is a Level 3+ security facility with established building access controls and monitoring systems. The FWS facilities reside on leased land provided by the University of Southern Oregon. The preferred acquisition strategy for this project shall be a Design-Build construction contract. The project shall meet both ¿Sustainable Design ¿ and LEED ¿Silver ¿ construction criteria. The project is in a location that has very large seasonal temperature swings and increased security access requirements. The project includes basis of design and construction to complete extensive HVAC improvements to include the replacement of all fan power units with associated water supply lines from trunk lines to fan power units: (estimated eighteen (18) units), replacement of all DVAV boxes with their associated heat coils (estimated five (5) units), replace all heat coils throughout facility (estimated thirty five (35) water supplied heat coils and five (5) electric heat coils) with the all the associated controls. All control systems shall be compatible with the existing system. The project shall include a re-commissioning assessment by a certified energy manager prior to basis of design to determine the most efficient systems approach to the HVAC upgrade. The project shall include site hardening and other various site improvements. Site improvements that will require basis of design and construction includes the installation of three (3) new remote operated high security traffic gates that provides vehicle impact protection at all public driveways. A manual vehicle impact bollard system installation. Landscaping upgrades which enhance the site ¿s physical security. The project shall require the installation of compatible rocks and boulders around parts of the site perimeter. All upgrades shall meet the City of Ashland aesthetical standards. Site improvements shall also include repair and restriping the site parking areas and maneuver areas. These upgrades will expand the parking area to support additional staff parking and extend the life of the pavement. Site improvements shall also include the relocation of a minor outbuilding. This building will require some repairs prior to relocation, but the building will remain onsite. he project will also include the upgrade of all exterior lighting to LED or equivalent energy saving fixtures to meet energy standards. The project includes options which include the following: Option 1: The basis of this option is for the contractor to remove, seal, and install a new roof material, for both existing buildings ("Laboratory Building" and "Research and Storage Building") at the project location. The total roof area is estimated to be 38,000 - 42,000 Square Feet (SF). Contractor shall remove all the existing roofing materials and dispose of the material. Contractor shall replace the roof material with a new white reflective roof material that will be both durable and last at least 20-years in the very large seasonal temperature swings of Ashland, Or. Contractor shall be responsible for verifying all area estimates. The "Laboratory Building" was constructed in 2002; the "Research and Storage Building" was constructed in 2008. Option 2: The basis of this option is for the contractor to remove, seal, and install a new roof material, for the "Laboratory Buildings" only. The total roof area is estimated to be 26,000 Square Feet. Contractor shall remove all the existing roofing materials and dispose of the material. Contractor shall replace the roof material with a new white reflective roof material that will be both durable and last at least 20-years in the very large seasonal temperature swings of Ashland, Or. Contractor shall be responsible for verifying all area estimates. Option 3: The basis of this option is for the contractor to remove, seal, and install a new roof material, for the "Research and Storage Building" only. The total roof area is estimated to be 26,000 Square Feet. Contractor shall remove all the existing roofing materials and dispose of the material. Contractor shall replace the roof material with a new white reflective roof material that will be both durable and last at least 20-years in the very large seasonal temperature swings of Ashland, Or. Contractor shall be responsible for verifying all area estimates. Option 4: The basis of design and construction of two apartments, office space and a storage space estimated to be between a total of 1,000 SF and 1,600 SF for all components. The two apartment option shall include; one apartment that meets all ADA accessible federal, state, and local requirements. The apartments maybe be connected to the primary structure, but will not provide access to the building. Each unit will be approximately 700 - 900 SF and include a cooking area, living area, bedroom, bathroom, laundry area, and associated appliances. The project will include the associated decorations, commercial hotel grade furniture, approved energy efficient appliances (stove/refrigerator/dishwasher/microwave) to support both short term and long term guests. The project shall include LEED compliant HVAC systems with independent controls. These systems maybe connected to the existing HVAC systems or be stand-alone units. The project will include all associated fire alarms, smoke/heat detectors, sprinklers, pull stations, notification panel, etc. to meet NFPA temporary lodging requirements. The system shall be connected and provide alarm notification to the local service provider. Security cameras, associated hardware and electronic door access shall also be installed. The apartments shall be constructed to be aesthetically compatible with other structures on the site. The office space will be simple commercial finishes and the space will include climate control, doors keyed with the same system as the existing building two offices approximately 300 SF and one storage room approximately 300 SF - 400 SF. Option 5: The basis of this design is the construction of one (1) apartment with the same office and storage space as Option 4. The estimated total space for this option is estimated to be between 700 SF to 1200 SF. The one (1) apartment shall be constructed to the same standards as outlined in Option 4. The project shall also include "value engineering" assessment of all proposed designs that have energy conservation applications. The period of performance for the project is estimated to be between 12-18 months, with a construction start date to commence in October of 2017. In summary, this project shall provide the basis of design and all associated construction for HVAC upgrades, security upgrades, parking upgrades/repairs with options for the construction of new apartments, new office space, new storage area complete or partial roof replacement and ADA compatible sidewalks, parking spaces and ramps. CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for similar construction work listed under 'GENERAL INFORMATION.' Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $1,000,000 and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to asphalt replacement work listed under `GENERAL INFORMATION.' INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm's responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES.' 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government's project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PST) on February 17, 2017. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS00115/listing.html)
 
Record
SN04395728-W 20170210/170208234536-a5f3a58d86b7641babbdadaf06f9f3af (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.