SOLICITATION NOTICE
Y -- USACE SPK DBB Construction - USDA ARS R&D Center - Davis, California
- Notice Date
- 11/14/2023 2:01:42 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123824R0008
- Response Due
- 11/29/2023 1:00:00 PM
- Archive Date
- 12/14/2023
- Point of Contact
- Matthew Webb, Phone: 9165577109
- E-Mail Address
-
matthew.m.webb@usace.army.mil
(matthew.m.webb@usace.army.mil)
- Description
- The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates solicitation of a requirement for Design-Bid-Build (DBB) construction services to be performed in support of a Research & Development (R&D) Center for United States Department of Agriculture (USDA) Agriculture Research Services (ARS) at the University of California (UC) Davis. Description: The Government anticipates the facility will sit on a primarily flat parcel of approximately 6.6 acres and will need to be a two-story facility of approximately 66,000 square feet (SF) consisting of administrative, reception, classroom, laboratory, chemical storage, constant temperature storage, support spaces, and mechanical penthouse. The project is anticipated to include construction of all supporting site facilities and utilities, storm water drainage and retention, irrigation, paved surfaces for parking spaces, and pedestrian paths, amenities for bicycles and delivery vehicles, as well as optional work to install a 75 kilovolt-ampere (kVA) generator and 75 kilowatt (kW) photovoltaic solar array. The facility is anticipated to accommodate ARS staff and support personnel, including the following ARS research programs: Crops Pathology and Genetics Research Unit (CPGRU), National Clonal Germplasm Repository (NCGR), Sustainable Agricultural Water Systems Research Unit (SAWSRU), and the Davis-based portion of the Invasive Species Pollinator Health Research Unit (ISPHRU). The current available facilities are inadequate to meet ARS needs due to facility conditions and the desire of UC Davis to reacquire the laboratory and office space currently occupied by ARS management units. Additional laboratory, office, administrative, and technical support space are urgently needed to conduct the valuable research underway in each of the ARS research units. The Government anticipates construction work can be completed within eight-hundred-ten (810) calendar days from the date of Notice to Proceed. In accordance with DFARS 236.204(ii) the magnitude of construction is estimated to be between $25,000,000 and $100,000,000. The Government intends to solicit a Request for Proposals (RFP) that will result in award of a firm-fixed price contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $45,000,000 annual revenue. The Product Service Code (PSC) is anticipated to be Y1HB, Construction of Government-Owned Government Operated (GOGO) R&D Facilities. The solicitation is anticipated to be issued on an unrestricted, full and open competitive basis, through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) on or about 30 November 2023 with proposals tentatively due 15 January 2024. The Government intends to conduct a site visit; the date, time, location, and access requirements will be identified in any forthcoming solicitation. Please DO NOT request for an updated schedule if the estimated dates are passed. The Government will release all information publicly on SAM.gov when available, and requests for an updated posting schedule may be ignored. Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data will be furnished with any forthcoming solicitation. Following solicitation release, all responsible sources may submit a proposal that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a proposal. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. PIEE registration should be completed at least one (1) week prior to the anticipated solicitation release date. See attachments �PIEE Solicitation Module Vendor Access Instructions�, �PIEE SOP - Offeror Proposal Manager�, and �PIEE SOP - Posting Offer� for instructions on getting access to the PIEE Solicitation Module and submitting proposals. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), sustainable acquisition requirements, and/or high-performance sustainable building design and construction practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings). Further, one or more of the items under this acquisition may be subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/68dec29c1fe34c29a014dda5c86484ce/view)
- Place of Performance
- Address: Davis, CA 95618, USA
- Zip Code: 95618
- Country: USA
- Zip Code: 95618
- Record
- SN06884533-F 20231116/231114230054 (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 |