Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOLICITATION NOTICE

Y -- Design-Build USDA Mexican Fruit Fly (Mexfly) Rearing, Eclosion and Release

Notice Date
5/17/2021 12:47:10 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G21B0006
 
Response Due
6/1/2021 2:00:00 PM
 
Archive Date
06/16/2021
 
Point of Contact
Benjamin Aldrich, Phone: 8178861181, Eric J. Hurtado, Phone: 8178861274
 
E-Mail Address
benjamin.j.aldrich@usace.army.mil, Eric.J.Hurtado@usace.army.mil
(benjamin.j.aldrich@usace.army.mil, Eric.J.Hurtado@usace.army.mil)
 
Description
DESCRIPTION:� This is not a solicitation. This project will be procured utilizing Invitation for Bid (IFB) procedures, in accordance with (IAW) Federal Acquisition Regulation (FAR) Parts 14 and 36.� The IFB will be issued on or about 2 June 2021.� The estimated bid submission date will be on or about 30 calendar days after IFB issuance. The contract is anticipated to be awarded on or about, 9 August 2021.� CONTRACT INFORMATION: a. This pre-solicitation announcement is for one unrestricted Design-Bid-Build acquisition to construct a building, two runway canopy structures, a separate building pad, an access driveway, and to complete all site work to award one (1) �C� Type Firm-Fixed-Priced DBB construction contract for the purpose of constructing a one-story building totals approximately 93,809 SF, two runway canopy structures, a separate building pad, and access driveway. All construction performance must comply with the USACE Safety and Health Requirements Manual, (EM 385 1-1), and with all Federal, State, and local laws, ordinances, codes and/or regulations. �A Firm-Fixed-Price contract award is anticipated to be awarded on, or about, 9 August 2021 Award will be made to the lowest, responsible bidder whose bid, conforming to the invitation for bid, that will be most advantageous to the US Government, considering only price and the price-related factors included in the invitation See detailed scope below in paragraph 2. Project Information. b. The period of performance is 660 calendar days from Notice to Proceed. c. Construction magnitude is between $25,000,000.00 and $100,000,000.00 IAW Defense Federal Acquisition Supplement 236-204(ii). d. A site visit is tentatively planned for June 10, 2021 at Moore Air Base in Edinburg, Texas. The date and time will be confirmed and POC information will be provided with the IFB e. The North American Industry Classification System (NAICS) code for this action is 236220 Commercial and Institutional Building Construction) and the size standard of $39.5M. This contract will not be set aside but it is available to small businesses. f. System for Award Management (SAM) To be eligible for contract award, a firm must be registered with the SAM database website (http://www.sam.gov). Use of SAM requires prior registration and prospective contractors may register for SAM at http://www.sam.gov. g. Solicitation issuance: Prospective contractors will be able view and/or download the solicitation, specifications, and potential solicitation amendment(s) at the Beta SAM website (https://beta.sam.gov/).� Use of Beta SAM requires prior registration and prospective contractors may register for at https://beta.sam.gov/.� Type the Solicitation number W9126G21B0006 into the Beta SAM search box to locate the solicitation. Plans and specifications will not be made available in paper format or on compact disc. It is the responsibility of the prospective contractors to continuously monitor the Beta SAM website for any potential solicitation amendment(s). The US Government reserves the right to use only the internet, and particularly Beta SAM, as a means of notification for any amendment(s) to this solicitation. Project Information: a. Description: The work includes construction of the Rearing, Irradiation and Administration modules that will be used to rear Mexican Fruit Flies. The one-story building totals approximately 93,809 SF in size. The building consists of drilled pier foundations, concrete slab on grade floor, site-cast concrete tilt-up insulated walls, and precast roof tees for the roof. The work includes reverse osmosis water treatment, building exhaust and air filtration systems, and redundant power supply. The facility will enclose numerous pieces of automation equipment that will be installed after construction of the building. The use of the building includes processing with a citric acid compound requiring finishes of high durability and corrosion resistance. Incidental related work includes selective demolition of the site, new site work construction, site utilities, and storm drainage infrastructure. A chilled water system and heating water system will provide the heating and cooling to the required air handling units and fan coil units. The peak HVAC demand load for the USDA facility is 530 tons for cooling and 5,200,000 BTU/h for heating. A mechanical room is centrally located in the facility and houses the central plant, with three cooling towers and twenty air-handling units to be installed on the roof. All rooftop equipment will be provided with supports that meet the requirements for hurricane zones. The chilled water system includes three magnetic-bearing water-cooled chillers. Each chiller is sized for 350 tons of cooling capacity. The heating water system includes three condensing, natural gas boilers each having a capacity of 3,000 MBH. Both the chilled water system and the heating water system is sized to provide n+1 redundancy.� There are two separate waste systems in the building. One is the Sanitary Waste system which is connected to the Administration Areas, Toilet Rooms and Shop Area. The other system is an Industrial Waste system. The industrial waste from the rearing areas containing fertile fruit flies will be processed through a Grinder Pump, a Duplex sewage ejector and through the Dissolved Air Flotation Clarifier. This waste disposal process shall prevent the accidental release of any fertile fruit flies from the facility. An integrated building automation system (BAS) will be installed for the facility. The system will enable the owner to control and monitor all building energy usage. The HVAC equipment, critical plumbing equipment, electricity, water, and gas will all be monitored, and the BAS will have the capability to store and trend one year�s worth of data. b. Objective: The objective of the project is to provide a new facility for the USDA Preventative Release Program located at Moore Air Base in Edinburg, Texas. The new Fruit Fly Rearing & Release Facility will provide new infrastructure that will facilitate the increased production and capacity of the program. The new USDA RERF will include: �����(1) Building for Rearing, Irradiation and Administration functions, �93,800 SF ���� (2) Two (2) runway aircraft canopy structures � adjacent to the airport runway (12x12 SF Each): �288 SF ���� (3) Service Road � on the south side of the Phase 1 building that will be connected to the existing roadway: �4,700 SY (of concrete). �����(4) All site work to include applicable utilities, grading and parking. c. The project primary point of contact (POC) is Benjamin J. Aldrich, Contract Specialist; benjamin.j.aldrich@usace.army.mil and the secondary POC is Eric Hurtado, Contracting Officer; eric.j.hurtado@usace.army.mil. � � � � � � � � � � � � � � � � � � � � � � � � � � � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � THIS IS NOT A REQUEST FOR PROPOSAL
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/867db230212841029aa7882549fa0c14/view)
 
Place of Performance
Address: Edinburg, TX 78539, USA
Zip Code: 78539
Country: USA
 
Record
SN06004094-F 20210519/210517230111 (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.