Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2023 SAM #8037
SOURCES SOUGHT

Y -- Construct USDA URS Auburn Lab

Notice Date
11/27/2023 8:43:18 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127824R0013
 
Response Due
12/8/2023 12:00:00 PM
 
Archive Date
12/23/2023
 
Point of Contact
Eric Hurtado, Phone: 2516902571, Jennifer Suit, Phone: 2514416503
 
E-Mail Address
eric.j.hurtado@usace.army.mil, jennifer.h.suit@usace.army.mil
(eric.j.hurtado@usace.army.mil, jennifer.h.suit@usace.army.mil)
 
Description
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for a USACE customer at Auburn, AL. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Auburn, AL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers, Mobile District, on behalf of the United States Department of Agriculture � Agricultural Research Service (USDA-ARS) National Soils Dynamic Laboratory (NSDL), plans on constructing a Research Lab and associated facilities in Auburn, AL.� The existing USDA-ARS Auburn Lab and Office facility will be relocated from its current location on South Donahue Drive to a location along Camp Auburn Road in the Auburn University Research Park area.� � Facilities proposed to be relocated to the Auburn Research Park site include laboratories, greenhouse / headhouse, administrative support offices, sample pre-processing, and model fabrication facilities. Additional work includes site grading and vegetation clearing, construction of parking areas and interconnecting drive aisles, and construction of the new two-story Main Lab / Office Building and a single-story Lab Annex / Greenhouse.� Notable features are:� � � Parking Lots and Service Yard: Seventy-three (73) vehicle spaces will be provided near the main entrance to the site in front of the Lab and Lab Annex. Eleven (11) additional government vehicle parking spaces will be located to the rear of the site. � Main Lab / Office Building: A total of 44,044 gross square feet (GSF) of office, laboratory, and sample pre-processing area is to be constructed. LEED Silver certified by USGBC. � Lab Annex / Greenhouse: A total of 29,160 GSF (26,287 Enclosed + 2,873 Unenclosed but Covered) of office, nuclear lab, model fabrication, and greenhouse/headhouse functions is to be constructed. Facilities have been 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, and other national and state and local codes.� The Main Lab / Office building has been designed to attain LEED Silver certification; the Lab Annex has been designed to allow for LEED Silver certification. The prospective procurement will involve awarding a construction contract in the range of $25 - $100M.� The construction duration is twenty-four (24) months after Notice-to-Proceed is issued. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 236220 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars) along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that which is described above. Referenced projects should be of similar scope and magnitude and should have been completed within the last nine years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (e.g., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). As this project is anticipated to exceed $35M, in accordance with the executive order on Project Labor Agreements please provide the following information: The anticipated impacts to schedule and cost as a result of a Project Labor Agreement being mandatory. If a Project Labor Agreement is mandated on this project, would your company submit an offer when the solicitation is issued? NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: jennifer.h.suit@usace.army.mil and eric.j.hurtado@usace.army.mil.� The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than 14:00 on December 5, 2023. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3d1ecd5547f9483fb5d2ba4fdc4f024a/view)
 
Place of Performance
Address: Auburn, AL 36832, USA
Zip Code: 36832
Country: USA
 
Record
SN06895163-F 20231129/231127230048 (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.