Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2018 FBO #5958
SOLICITATION NOTICE

38 -- Construction: Building 301, 302, 303, 304 & 305 - CDC/NIOSH Consolidated Cincinnati Campus, Cincinnati, OH

Notice Date
3/15/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2018-N-67789
 
Point of Contact
Michael B. Davis, Phone: 7704882427
 
E-Mail Address
vwl8@cdc.gov
(vwl8@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
The Government anticipates the total cost of the design and construction of the project to be between $80M - $110M. The North American Industry Classification System (NAICS) Code assigned is 236220. All prospective Offerors must have an active, valid, and complete registration in the System for Award Management (SAM) to be considered for award of a Federal contract. The Centers for Disease Control and Prevention (CDC) contemplates award of a firm fixed price contract for Design-Build of the CDC/NIOSH Consolidated Campus that includes the following Buildings: Building 301, multi-story office and laboratory building Building 302, high bay laboratory building Building 303, single story transshipping, security checkpoint and storage building Building 304, multi-story parking facility Building 305, single story campus entry security checkpoint building Central Utility Plant (CUP) facility configuration TBD (The configuration of a CUP facility shall be determined during the D-B design process based on best design practices. The CUP may be either a standalone facility or incorporated into one of the five named buildings listed above. The Offeror shall make a CUP recommendation and include all provisions and requirements in their Phase II proposal.) The project may include: the demolition of existing structures on the new consolidated campus site, with any associated hazardous materials remediation. The Phase II Request for Proposal (RFP) will define the required scope of building demolition and hazardous materials remediation on the new campus. The project may or may not include: hazardous materials remediation at the existing NIOSH campuses and structures - Taft, Taft North, and Hamilton Campuses. The Phase II Request for Proposal (RFP) will define the required scope of hazardous materials remediation included in the project. The Project consists of the design and construction of 235,000 gross square feet (GSF) of laboratories, offices, laboratory support offices, transshipping, and storage spaces. The project also includes site utilities, site infrastructure, surface parking lots for employees, and visitors, and approximate 450 automobile structured parking deck for employees. A central utility plant (CUP) is to be incorporated into the project for the required hot water or steam, chilled water, and emergency generator capacity. The project includes purchase and installation of all building furnishings, including seating and breakroom appliances. The project includes the relocation of the CDC/NIOSH personnel and defined laboratory equipment from the existing CDC/NIOSH Taft, Taft North, and Hamilton campuses in Cincinnati, OH. The relocation effort will include providing the relocation materials, relocation coordinator services, and relocation scheduling services. Associated work includes the relocation of identified excess furniture and equipment from the existing CDC/NIOSH buildings at the Taft, Taft North, and Hamilton campuses, possible remediation of the identified hazardous materials from those buildings, and finally the preparatory work (wayfinding & signage removal for example) to facilitate the disposal of the buildings and campuses from CDC/NIOSH capital assets inventory. The Phase II Request for Proposal (RFP) will define the required scope included in the project. The new campus and building architectural appearance shall be contemporary in appearance and compatible with recent surrounding institutional and commercial developments in the Cincinnati area. The Government anticipates that the Phase I solicitation will be posted on or around April 17, 2017 to FedBizOpps.gov. All interested parties should monitor FedBizOpps.gov for the solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2018-N-67789/listing.html)
 
Place of Performance
Address: Site: Site bounded by public roadways MLK Drive East, Reading Road, Ridgeway Ave., Harvey Ave., Cincinnati, Ohio, 45229, United States
Zip Code: 45229
 
Record
SN04856005-W 20180317/180315231856-b80062b52436114e003ccff04c4d20eb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.