Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOLICITATION NOTICE

Y -- Construction of United States Department of Agriculture (USDA) Forage Animal Production Research Unit (FAPRU)

Notice Date
6/4/2024 11:33:52 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR24R0045
 
Response Due
6/28/2024 10:00:00 AM
 
Archive Date
04/30/2025
 
Point of Contact
JACOB PRIDEMORE, Phone: 5023156228
 
E-Mail Address
jacob.s.pridemore@usace.army.mil
(jacob.s.pridemore@usace.army.mil)
 
Awardee
null
 
Description
------------------------------------------------------------------------- ***AMENDMENT 0001 - See attached document for Amendment 0001. -------------------------------------------------------------------------- DESCRIPTION:�The U.S. Army Corps of Engineers (USACE) Louisville District has issued Request for Proposal (RFP) Solicitation�W912QR-24-R-0045 to construct a two-story, 39,000 SF facility with a mechanical penthouse constructed of Kentucky regional materials inspired by agricultural influences such as rustic limestone, limestone gladding, high performance structural silicone glazing and oxidized metal panels located on the University of Kentucky campus.� The facility interior will consist of laboratory, office space as well as informal/shared meeting area and personal/flexible spaces. The new research facility for the United States Department of Agriculture � Agricultural Research Service (USDA-ARS) has the �mission to provide improved sustainability and profitability of forage-based livestock enterprises� in the local region. The project will be in on the University of Kentucky�s College of Agriculture, Food and the Environment (UK-CAF�) campus and consists of Research Laboratories, Support Laboratories, Offices for principal investigators and their teams, collaboration space, along with Greenhouse and Headhouse facilities.� Laboratory requirements/features include: daylighting, open and closed labs, chemical fume hoods, biosafety cabinets, lab air, lab vacuum, dedicated ventilation system and primary/secondary protection devices.� Other requirements include compliance with ANSI Z-3581 Emergency Eye Wash & Shower Equipment standard and the installation of modern utilities such as deionized water, natural gas and custom gases.� Specialized equipment installation will be required for items such as:� walk-in cold room, walk-in freezer room, chemical fume hood, autoclave, glassware washer, liquid nitrogen freezer and storage tanks, etc.��� The project contains the following options: 1) Green House 1-4 Bay; 2) Green House 5-8 Bay The Contract Duration is at eight hundred (800) calendar days from Contract Notice to Proceed. TYPE OF CONTRACT AND NAICS:�This RFP is for one (1) Firm-Fixed-Price (FFP) contract.� The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. In accordance with Executive Order 14063, this procurement requires a Project Labor Agreement. Additional details can be found within the solicitation. TYPE OF SET-ASIDE:�This acquisition will be a Full & Open competitive procurement.� SELECTION PROCESS:�The proposals will be evaluated using a Best Value Tradeoff Source Selection process. CONSTRUCTION MAGNITUDE:�The magnitude of this construction project is anticipated to be between $25,000,000 and $100,000,000 in accordance with DFARS 236.204. PRE-PROPOSAL CONFERENCE:� A pre-proposal conference will be held and attendance is encouraged.� Refer to FAR 52.236-27 Alt I SOLICITATION WEBSITE:�The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT:�The point-of-contact for this procurement is Contract Specialist, Jacob Pridemore, at Jacob.S.Pridemore@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/56fa7808a19840ac9712626bbf70de6a/view)
 
Record
SN07085407-F 20240606/240604230116 (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.