Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOLICITATION NOTICE

Y -- W912HN23B4003 - PN: 124975, Construct New USDA ARS Laboratory Tifton, Georgia

Notice Date
11/1/2023 9:36:46 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN23B4003
 
Response Due
11/9/2023 11:00:00 AM
 
Archive Date
10/29/2024
 
Point of Contact
Gregory Graham, Phone: 912-652-5476
 
E-Mail Address
gregory.m.graham@usace.army.mil
(gregory.m.graham@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Projnet/Dr. Checks is closed. Responses to all inquiries have been provided. No further technical question or specification questions will be provided a response. Point of Contact for this Solicitation is the Contracting Officer as listed below. No other parties are authorized to provide information other than inquiry responses as seen in Projnet/Dr. Checks and the Contracting Officer. Thank you. ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 30 October 2023 - AMD 0001, extended the proposal due date and provided updated specifications. All other terms and conditions remain unchanged. 11 October 2023 - The Site Visit Roster has been posted -� Address for Site Visit -� 2747 Davis Road, Tifton Georgia.� Everyone will meet in the Parking Lot and walk the area. W912HN23B4003 Proj. No.: 124975, USDA ARS Laboratory Tifton, Georgia The U.S. Army Corps of Engineers {USACE) Savannah District is issuing an Invitation for Bid (IFB) W912HN23B4003 for Project Number: 124975, USDA ARS Laboratory, in Tifton, Georgia. Note: The subsequent solicitation will result in a C-Type Stand-alone contract. Type of Contract & NAICS:�This Acquisition will be solicited using FAR Part 14, Sealed Bid Procedures for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is�236220 - Commercial and Institutional Building Construction, with size standard of�$45M. Product Service Code:�Y1DB Construction of Laboratory and Clinics. Type of Set-Aside:�This acquisition is being offered as an 100% Total Small Business Set Aside. Construction Magnitude:�In accordance with DFARS 236.204, the magnitude of this construction project is anticipated to be between�$25,000,000 - $100,000,000. Proposal Due Date: 1 November 2023 Site Visit:�4 October 2023, 9 AM at the USDA Building located in Tifton GA Period of Performance:�The period of performance including all options is 720 Calendar Days after the issuance of the notice to proceed. Project scope:�The Southeast Watershed Research Unit (SEWRU) and Crop Genetics and Breeding Research Unit (CGBRU) are located on the University of Georgia�s Tifton Campus (UGA) in South Georgia. Both units are housed within multiple facilities located on both ARS and UGA property. Three (3) SEWRU groups and four (4) CGBRU groups are housed within ARS buildings located on 5.255 acres owned by the Federal Government. Most of SEWRU�s SYs are housed in ARS buildings constructed on property leased from UGA. The main goal of this modernization project is to relocate all eight (8) SEWRU SY�s and portions of all CGBRU SYs currently located on UGA property to the 5.255 acres owned by the Federal Government, to the extent possible within limitations of space and funding. Some of the existing structures on the Federal site will have to be demolished or replaced to make it possible for SEWRU and CGBRU SYs to relocate there. The location is also supported by an Administrative Office. All three groups must be able to operate during modernization of the facilities. The approach for consolidation onto the Federal campus requires demolition of several existing buildings, relocation/reconstruction of several smaller structures, realignment of the roadway transecting the site, construction of new laboratory/office, renovation of one building, and construction of additional parking areas. Primary features are as follows: � Roadway, Service Yard, and Parking Lot Realignment: The primary north-south roadway and service yards will be realigned to establish clear building sites for new facilities. This will require demolition of B091 and B092 (greenhouse). � New Lab/Office Building: Provides for offices, laboratories, offices, and other facilities accommodating 15 SYs to be consolidated on the Federal campus. Facilities consolidation must be phased to allow ongoing operation of USDA programs. Toward this end, locations proposed for the new Laboratory/Office and roadway realignments are mostly populated with hoop houses and other structures that can be cleared without significant disruption to operations. Facilities will be designed to United States Department of Agriculture � Agricultural Research Services (USDA-ARS) Facility Design Standards, ARS -242.1, dated 1 May 2012. This standard requires compliance with International Building Codes, NFPA 101, other national and state and local codes. Solicitation Website:�The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the System of Award Management System {SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. Registrations:�System for Award Management (SAM)-Offerors shall maintain an active registration in the SAM database at https://sam.gov to be eligible for a Government contract award. Suppose the Offeror is a Joint Venture (JV). In that case, the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If an Offeror is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective Offeror. Procurement Integrated Enterprise Environment (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Point of Contacts: For this acquisition, the Contracting Officer is Mr. Greg Graham, whose e-mail address is gregory.m.graham@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c581ac47aea4648aa628255a0fbf7e5/view)
 
Record
SN06873309-F 20231103/231101230055 (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.