Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
MODIFICATION

Y -- U.S Department of Agriculture (USDA), Agricultural Research Service (ARS) Design-Bid-Build, Modernization of the Agricultural Research Technology Center (ARTC) in Salinas, California

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Contracting Operations Branch, 5601 Sunnyside Avenue, Building 3, Mailstop: 5117, Beltsville, Maryland, 20705, United States
 
ZIP Code
20705
 
Solicitation Number
1232SA19R0033
 
Point of Contact
Stephen Stolte, , Michael Thompson,
 
E-Mail Address
Stephen.Stolte@ars.usda.gov, Michael.Thompson@ars.usda.gov
(Stephen.Stolte@ars.usda.gov, Michael.Thompson@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
The USDA, Agricultural Research Service, is issuing this Request for Proposal (RFP) for the modernization of the Agricultural Research Service Technology Center (ARTC) at Salinas, CA. This ARTC Modernization Project will be implemented by the Design-Bid-Build project delivery method and will involve the construction of entirely new research buildings. The USDA has developed a complete set of Construction Documents (plans and specifications) showing and describing the project's requirements. This solicitation will be a Full and Open Competition. BACKGROUND: The mission of the Crop Improvement and Protection Research Unit at Salinas, CA 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 soilborne 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 existing facilities at ARTC are inadequate for addressing its expanding research program. The four wood framed laboratory/office buildings constructed in the 1940s are deficient in interior air quality, and in meeting current seismic safety engineering, mechanical, electrical and building code standards. A fully completed design for the D-B-B project was completed in 2007 but the project had to be delayed. The design drawings and specifications are currently being updated by an AE firm to meet current building codes and regulations. It is ARS intention to have this construction project certified as LEED Silver. REQUIREMENT: The selected Construction Contractor will be required to provide all of the necessary construction services of this modernization project. The project scope includes the demolition of outdated buildings and constructing new facilities in 2 phases. The 2 phases are as follows: 1) Phase 1 - West Lab/Office, 31,600 GSF - East lab/Office, 39,400 GSF 2) Phase 2 - Headhouse/Greenhouse, 37,000 GSF GENERAL: The contract Period of Performance is approximately 1440 calendar days (Base and all Optional Items) after the issuance of the Notice to Proceed. The North American Industry Classification System (NAICS) code is 236220 (Construction), with a Small Business Set Aside size standard of $36.5 million. 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 experience and cost/price reasonableness. The technical evaluation factors will be Past Performance, Proposed Construction Project Team, and Project Management/ Technical Approach. 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. A location walk through is scheduled for 12 September 2019 at 9:00 AM PST. Please bring a valid ID to sign in at the securrity desk. 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 This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred SM Program". 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/36ab02524290383d135017a22fdcd1da)
 
Place of Performance
Address: 1636 E Alisal St, Salinas, California, 93905, United States
Zip Code: 93905
 
Record
SN05439256-W 20190912/190910231424-36ab02524290383d135017a22fdcd1da (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.