Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOURCES SOUGHT

Y -- Y- 123K2518R0011: USDA-ARS-ARTC Construction Requirement, Salinas California - Sources Sought Relevant Project Form

Notice Date
5/11/2018
 
Notice Type
Sources Sought
 
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
123K2518R0011
 
Archive Date
6/6/2018
 
Point of Contact
Michael J Wigfall, Phone: 301-504-1170, Stephen Stolte, Phone: 3015041187
 
E-Mail Address
michael.wigfall@ars.usda.gov, Stephen.Stolte@ars.usda.gov
(michael.wigfall@ars.usda.gov, Stephen.Stolte@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This form is required and should be submitted to consider a package complete. This form should be completed for each relevant project submitted. (5 max) THIS IS A SOURCES SOUGHT ANNOUCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUCEMENT OR A REQUEST FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNUOCEMENT. SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. NO REIMBURSEMENT WILL BE MADE FOR ANY COST ASSOCIATED WITH PROVIDING INFORMAITON IN REPOSNE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUEST. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. This Sources Sought Notice is being issued for informational purposes only and shall not be construed as a solicitation or as an obligation on the part of the USDA, ARS. The purpose of this notice is to identify potentially qualified sources. After completing an analysis of the responses, the Government will determine whether to set aside this acquisition for Small Business Concerns or to invite full and open competition. Respondents will not be notified of the results of this notice. If the resulting solicitation is set aside for Small Business, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states that the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The mission of USDA-ARS at the Agricultural Research Technology Center (ARTC) Salinas, California is to improve germplasm of lettuce, celery, spinach and melon, determine basic biology of viral, fungal and bacterial diseases affecting these crops, develop alternatives to methyl bromide as a soil fumigant for control of soil borne pests in strawberry and vegetables, reduce post-harvest losses of lettuce, develop scientifically based organic crop production practices, develop methods for control of weeds, and improve artichoke production practices including insect and disease control. The U.S. Department of Agriculture, Agricultural Research Service (ARS), has a requirement to Modernize the Agricultural Research Technology Center (ARTC) in Salinas, California. Work includes but is not limited to, demolition of multiple existing buildings and structures (Office, Lab, Headhouse, Greenhouse, Roads, Sidewalks, and underground utilities), Construction of multiple Lab/office buildings (72,000 GSF), Construction of Head House and Greenhouse space (23,7000 GSF), Construction of Isolation Units and exterior cold rooms (2,301 SF), Construction of new parking lot and all associated roadways. This work will require close coordination of demolition and new construction with ongoing research activities. This means buildings will be demolished at various stages during the period of performance to make room for the new buildings while allowing USDA-ARS-ARTC to continue full operation throughout construction period. The North American Industry Classification System (NAICS) code is 236220 with a small business size standard of $33.5 million. The construction range is estimated to be between $50 Million and $100 million and will require a bid bond, as well as performance and payment bonds that are equal to 100% of the contract price of the project. Interested firms having the necessary skills, qualifications and capabilities to perform this work should submit the following information. A.Completed Sources Sought Contractor Information Form (Attached). This form provides information on your company including type of business and bonding. The contractor must be able to demonstrate ability to provide per project bonding capability of at least $75,000,000 (million). B.Completed Relevant Project Experience Form (Attached). For each of the submitted relevant projects (a maximum of five projects). Ensure that the form is completed in its entirety for each project and limited to 2 pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. C.Submit a minimum of two (2) and a maximum of five (5) relevant construction projects completed in the past ten (10) years that best demonstrates your experience on projects that are similar in size, scope, and complexity. The attached construction experience relevant project data form shall be utilized to demonstrate experience. For purposes of this sources sought, a relevant project is defined as follows: a.Similar Size: 1.Office/Laboratory Similar Size: 72,000 GSF 2.Greenhouse/Head House Similar Size: 23,7000 GSF b.Similar Scope: New construction of Office, Laboratory, Greenhouse/Head House space. c.Similar Complexity: Project(s) demonstrating similar complexity need not be of similar size or scope. 1. Sequenced demolition/construction on an active research campus. 2. Maintaining operation of utilities throughout the campus during construction. 3. Provided whole building commissioning. 4. Construction services to meet LEED Silver. NOTE: For complexity, the submitted relevant project experience shall demonstrate the four complexity characteristics noted above. Each relevant project does not need to demonstrate all the characteristics listed above; however, the relevant projects submitted must collectively demonstrate all the items. The Offerors body of work will be considered as a whole and will be reviewed to ascertain if it possesses all of these characteristics, "Similar Complexity" will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Michael Wigfall at Michael.wigfall@ars.usda.gov, and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt or acknowledgement via reply email. ALL INTEREDTGED PARTIES MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM.GOV). RESPONSES ARE DUE NO LATER THAN: 5/21/2018 AT 12:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED. This is NOT a Request for Proposals. NO site visits to the facility or contact with the staff are permitted Contracting Office Address: Facilities Division- Facilities Modernization Branch 5601 Sunnyside Avenue, Mail Stop 5124 Beltsville, Maryland 20705-5124 Primary Point of Contact: Michael Wigfall - Contracting Officer Michael.wigfall@ars.usda.gov Phone: 301-504-1170 Secondary Point of Contact: Stephen Stolte - Contract Specialist Stephen.Stolte@ars.usda.gov Phone: 301-504-1187
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a648892ec8b15f66b4c811846aa7f1ea)
 
Place of Performance
Address: Agricultural Research Technology Center, 1636 E. Alisal St., Salinas, California, 93905, United States
Zip Code: 93905
 
Record
SN04919189-W 20180513/180511230610-a648892ec8b15f66b4c811846aa7f1ea (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.