Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SOLICITATION NOTICE

Z -- DESIGN-BUILD SERVICES - BOILER MODERNIZATION - BELTSVILLE, MARYLAND

Notice Date
5/11/2021 2:06:17 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USDA ARS AFM APD BELTSVILLE MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
1232SA21R0009
 
Response Due
5/25/2021 1:30:00 PM
 
Archive Date
06/09/2021
 
Point of Contact
Angela B. Wingert, Phone: 3015041181
 
E-Mail Address
angela.wingert@ars.usda.gov
(angela.wingert@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The USDA, Agricultural Research Service, intends to issue a Request for Proposal (RFP) for the Modernization of Boilers for the National Agricultural Library (NAL), located in Beltsville, Maryland. This NAL Boiler Modernization Project will be implemented by the Design-Build project delivery method and will involve the modernization and renovation of a current research campus. The USDA has developed a set of Bridging Documents (plans and specifications) showing and describing the project�s essential elements.� BACKGROUND: �The boilers at NAL have far exceeded their service life.� The original boilers have outlived their original functional provisions and the employees and staff would benefit from a modernization of the boilers to allow for improved heat and hot water function.� REQUIREMENT: �This requirement is a design-build effort to replace three (3) existing 5000 MBH Boilers with new high efficiency boilers.� It will provide the final design to size the boilers, pumps, hydronic system, lay out the equipment and piping, replace the domestic water system, and eliminate the full height boiler stack. Work planned for this project includes installation of new boilers and appurtenant mechanical equipment, piping, accessories, capping of roof curbs, construction of new concrete equipment pads, and infill of opening in existing exterior concrete wall. The work will be completed while the laboratory remains open. The Bridging Documents will consist of a complete 50% design submission. The Design Build Contractor (DBC) will use these documents as the basis to complete a set of construction documents. BASE: Base Item � All project design and construction work is contained in the Base Item. GENERAL: The contract performance time is approximately 365 calendar days (to include design completion and construction) after the issuance of the Notice to Proceed. Total Design-Build cost is estimated to be more than $1 million. The North American Industry Classification System (NAICS) codes are 238220 (Construction) and 541330 (Engineering), with a size standard of $16.5 million. This project will be initiated by a two-phase solicitation process. This procurement is being issued as a Total Small Business Set Aside utilizing the negotiated method by issuing a Request for Proposal (RFP). The solicitation criteria rely 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:� Past Performance, Management Approach, and General Technical Approach. 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:� NAL Boiler Specific Technical Approach and NAL Boiler Schedule. 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 of the successful offeror. It is anticipated that the solicitation documents will be available for viewing and downloading on beta SAM (www.beta.SAM.gov) on or about May 27, 2021. Plans and specifications will NOT be provided in hard paper copy. The solicitation and all amendments for the RFP will be posted on www.beta.SAM.gov. Proposals are due on or about June 25, 2021, by 4:30 pm EST., via electronic format.� All proposals shall be emailed to angela.wingert@usda.gov. �All format requirements outlined in the solicitation shall be followed for electronic submission.� All proposals must be received in electronic format by the date and time specified.� 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 I and Phase II. 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 invited to participate in Phase II. PHASE I - 30 Calendar Days PHASE II � 30 Calendar Days It is the responsibility of the contractor to check www.beta.SAM.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.beta.SAM.gov �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2cd174ff9a4849d5bde1062bbefcdbc7/view)
 
Place of Performance
Address: Beltsville, MD 20705, USA
Zip Code: 20705
Country: USA
 
Record
SN05998015-F 20210513/210511230055 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.