SOURCES SOUGHT
C -- Sources Sought - Provide Design Services and Post Construction Support Services for the U.S Department of Agriculture, Foreign Disease-Weed Science Research Unit (FDWSRU) Modernization
- Notice Date
- 8/19/2020 9:59:33 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- PANNAD-20-P-0000-006604
- Response Due
- 8/14/2020 11:00:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- Nicole Brookes, Phone: 4109622935
- E-Mail Address
-
nicole.c.brookes@usace.army.mil
(nicole.c.brookes@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NOT A SOLICITATION AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational/market research purposes only. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from all qualified and interested parties for a potential single contract to provide the Design Services and Title II Services for the U.S Department of Agriculture, Foreign Disease-Weed Science Research Unit (FDWSRU) Modernization. The applicable NAICS code for this procurement is 541330 and the standard size is $16.5M. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The Government will not pay for any material provided in response to this market survey nor return the data provided. This project will be executed for the U.S. Department of Agriculture, Agricultural Research Services (USDA, ARS) by the Army Corps of Engineers (USACE). The project consists of constructing a new Laboratory/Head house/Greenhouse facility at Fort Detrick, MD to support the ongoing research of the Foreign Disease Weed Science Research Unit (FDWSRU). The project is at a 35% Design/Bridging Document stage of design.� The project scope of work will require the DB to construct a new BSL-3 Plant Pathogen Containment facility consisting of a Head house/Greenhouse and it is adjacent to Buildings 1301-1309 complex. The new facility will be approximately 50,000 GSF and will serve as a replacement for Buildings 374 (BSL-3 Plant Pathogen Containment) and 390 (Effluent Decontamination System), which have a total of 18,467 GSF. The FDWSRL consists of a Basement and 2 stories, totaling nearly 70,000 Gross Square Feet (GSF). The north half is the Biocontainment Lab with a group of 4 Research Greenhouses along the south fa�ade. Nearly all of the 26,000 Net Square Feet (NSF) will be capable of BSL-3 biocontainment. The main floor -Level 1- will be dedicated to research and primary support spaces, with a full basement below for the central utility plant, waste treatment equipment, and biocontainment inspection access to the plumbing systems. Level 2 above the Lab is dedicated entirely for mechanical and electrical systems, with an elevated Mezzanine for the Air Handling Units (AHU�s) and Exhaust Fan Units (EFU�s). THIS PROJECT IS PLANNED AS DESIGN-BUILD. 1. Company name, address, phone number and point of contact. 2. Company's System for Award Management (SAM) Cage Code and DUNS Number to verify your business status as a qualified Small Business (SB) Firm, Certified 8(a) Firm, Certified Historically Underutilized Business Zone (HubZone) Firm or Service-Disabled Veteran-Owned Small Business (SDVOSB) Firm. Contractors must beregistered in SAM and completed the Online Representations and Certifications Application (ORCA). Please see www.sam.gov. 3. Indicate the primary nature of your business. 4. Provide examples of requirements demonstrating your firm's experience in the following areas: The following Design Services are needed: Initial Planning, Requirements Coordination/Validation: Review of bridging documentation, develop PMP, perform site visit and interview stakeholder to determine/validate the Basis of Design in preparation for Planning Charrette and development of program documentation. Preparation of a Design Build Request for Proposal with updated design drawings, program documents and cost estimates. Discuss/gather/develop/refine facility requirements via on-site coordination in preparation for the Planning Charrette. Tasks include but are not limited to: Discussions on applicability of design standards and other criteria; Field Investigations, Site Visits, Responding to commdnts, and Planning Charrette and/or related activities to accurately define the cost and scope requirements of the facility and infrastructure to develop the project documentation package to support the completion of the project. Additional planning activities to complete design-build (D/B) award package, contract solicitation documents, and the cost validation for the project as outlined.� Award and management of all contracts necessary to complete the project. Construction Management and Project Closeout - This task includes providing project/construction management activities for the contracts to include project management, engineering, Quality Assurance, project status and contractually requirement documentation, contract administration, commissioning, and legal services required for management of the construction contract. This task includes all associated activities for USACE to close all contracts awarded for the project. Post Construction Support Services/Title II services are still required: Review of Shop Drawings and Submittals (with renewable option for additional review) Site visits during construction (with renewable option for additional visits) Answering of Requests for Information (RFIs) (with renewable option for additional RFIs). Technical assistance services (with renewable option for additional assistance) Commissioning Support Customer Funded Technical Assistance (with renewable option for additional support) On-Site Representation - DDC Extended BIM Support (with renewable option for additional support) Reimbursable Travel On-Site Representation - S&A The submission should also demonstrate the firms' past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules, and should identify the firm's geographic location and may be in any format. Narratives shall be no longer than 10 pages. Submissions will be shared with the Government and the project team, but otherwise will be held in strict confidence. Responses to this Sources Sought are to be sent via email to carrie.vien@usace.army.mil no later than 2:00 p.m. eastern standard time 14 August 2020. This notice is not a request for competitive proposals. All responsible sources may submit a capability statement, which shall be considered by the agency. Capability statements must be received by the response date and time of this notice. Submissions will be reviewed to determine if they can meet the requirement. A determination by the Government to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. It is anticipated that award will be made, within approximately fifteen (15) days after the date of this notice unless the Government determines that any other organization has the capacity to meet this requirement. The approved Justification and Approval, (J&A), for this procurement will be posted following the closure of this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/30c3276b4d7640629468ff0b45a68eaf/view)
- Place of Performance
- Address: Frederick, MD 21702, USA
- Zip Code: 21702
- Country: USA
- Zip Code: 21702
- Record
- SN05766072-F 20200821/200819230207 (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 |