Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2021 SAM #7259
SOURCES SOUGHT

C -- Design-Build Construction of ARS/WSU Plant Bioscience Research Building

Notice Date
10/14/2021 1:28:19 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW22R0LFP
 
Response Due
11/1/2021 7:00:00 AM
 
Archive Date
11/16/2021
 
Point of Contact
Debbie Knickerbocker, Phone: 2067646804, Bruce Okumura, Phone: 206-764-3811
 
E-Mail Address
debbie.a.knickerbocker@usace.army.mil, bruce.d.okumura@usace.army.mil
(debbie.a.knickerbocker@usace.army.mil, bruce.d.okumura@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR Design-Build Construction of a new ~105,000GSF Research Facility on the Washington State University (WSU) campus. The new facility will provide joint Agricultural Research Services (ARS) and WSU laboratory and office space for plant biosciences, at Pullman, WA for the U.S. Department of Agriculture/ARS. The proposed project will be a firm fixed-price construction project. The Construction Cost Limitation (CCL) for this project is $90.0 million. For this potential project, 100 percent payment and performance bonds will be required. THIS IS NOT A SOLICITATION ANNOUNCEMENT. A solicitation is currently not available. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate solicitation announcement will be published on the Official U.S. Government Website, Contract Opportunities (https://beta.SAM.gov). Responses to this POTENTIAL SOURCES SOUGHT SYNOPSIS are not adequate response to any future solicitation announcement. This Sources Sought notice is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities, and qualifications of interested firms. The North American industry Classification System (NAICS) Code for this project is 236220 - Commercial and Institutional Building Construction, with a small business size standard of $39.5M. Note for the purposes of this procurement, a concern is considered a Small Business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $39.5 million. PROJECT INFORMATION: Design and construct a new ~105,000GSF Research Facility on the WSU campus. The new facility will be a joint ARS and WSU use facility containing laboratory and office space to support four ARS Research Units: (1) Wheat Health, Genetics and Quality Research Unit (WHGQRU), (2) Grain Legume Genetics and Physiology Research Unit (GLGPRU), (3) Northwest Sustainable Agroecosystems Research Unit (NSARU), and (4) Plant Germplasm Introduction and Testing research Unit (PGITRU). Key considerations include connection to the existing Vogel Plant Biosciences Building which has laboratory but no office space for ARS and WSU scientists. Inclusion of additional offices to support ARS scientists with labs, but no offices, in the Vogel building is critical. Connection to the Research and Education Complex (REC) Spine which includes collaborative space, loading docks and utility connections. The new facility will provide joint ARS and WSU laboratory and office space for plant biosciences. The project site selected, in accordance with the WSU Research and Education Complex (REC) master plan, is located on the WSU campus. The A-E will register the design for third-party certification using either the USGBC or GBI. SUBMISSION REQUIREMENTS Interested firms should submit a capabilities package limited to�six (6) pages and include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. Contractor must provide a brief description of experience in performing similar projects for construction/installation of similar size, complexity and scope. Examples should include the following information: a. A description of the project and dollar value of each project. b. A description of experience demonstrating major design and construction of facilities which show: � Evidence of demonstrated experience with design and construction of sustainable multi-level administrative buildings of equivalent magnitude with successful GPC third party certification through either USGBC or GBI within the past five years. � Evidence of demonstrated experience with design and construction of projects with successful completion of server spaces. � Evidence of demonstrated experience with construction projects on active military installations. 4. Bonding company and limits: (1) Single Bond, (2) Aggregate NOTE: CONTRACTOR MUST BE ABLE TO BOND FOR THE ENTIRE AMOUNT OF THE PROJECT 5. CAGE code and DUNS number of your firm 6. Firm's Joint Venture Information, if applicable. 7. Identify if your firm intends to team or subcontract any work under this requirement, and what is the anticipated percentage of work you are capable of in your own right and what percentage you are subcontracting? __Large Business (LB)____% __Small Business (SB) ____% __Small Disadvantage Business (SDB) ____% __Woman-Owned SB (WOSB) ____% __Veteran-Owned SB (VOSB) ____% __Service-Disabled VOSB (SDVOSB) ____% __Historically Underutilized Business Zone (HUBZone) ____% This research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Associations may be as joint ventures or as key team subcontractors. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 10:00 am (Pacific Standard Time) on Monday, November 1, 2021. The responses should be forwarded to the attention of Debbie Knickerbocker, Contract Specialist, by email: Debbie.A.Knickerbocker@usace.army.mil. NOTE: Email size is limited to 20MB. Place of Contract Performance:�� ������ Washington State University Campus Pullman, WA 99163 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fcaec047001e43269baf8c9ef2ba926d/view)
 
Place of Performance
Address: Pullman, WA 99163, USA
Zip Code: 99163
Country: USA
 
Record
SN06158040-F 20211016/211014230128 (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.