Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2020 SAM #6964
SOURCES SOUGHT

Y -- US DEPARTMENT OF AGRICULTURE (USDA) - FOREIGN DISEASE � WEED SCIENCE RESEARCH LAB (FDWSRL), FORT DETRICK, FREDERICK, MARYLAND

Notice Date
12/21/2020 2:54:29 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR21R0015
 
Response Due
1/8/2021 9:00:00 AM
 
Archive Date
01/23/2021
 
Point of Contact
Qiana Bowman, Phone: 4109625613, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
qiana.l.bowman@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(qiana.l.bowman@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
TITLE: US DEPARTMENT OF AGRICULTURE (USDA) - FOREIGN DISEASE � WEED SCIENCE RESEARCH LAB (FDWSRL), FORT DETRICK, FREDERICK, MARYLAND SOLICITATION NO. W912DR21R0015 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. ���������������������������������������������������������������������������������������������������� The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL AND LARGE BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential Foreign Disease-Weed Science Research Lab (FDWSRL), Fort Detrick, Frederick, Maryland. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. PROJECT DESCRIPTION: Proposed project will be a competitive, firm-fixed-price, design-build contract procured in accordance with FAR Part 15, Contracting by Negotiation, under a two-phase Best Value-Tradeoff Process. The estimated magnitude of construction is between $25,000,000.00 and $100,000,000.00.� The Government has a requirement for construction services for the current research facilities at Fort Detrick, MD. The North American Industry Classification System (NAICS) for this requirement is 236220 (Commercial and Intuitional Building Construction) Business Size Standard of $39.5 Million.����������������� The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for the current research facilities at Fort Detrick which are spread over many small and inefficient buildings and are approximately 30 years old and have exceeded their service life.� The project scope includes constructing a new Biosafety Level 3 (BSL-3) Plant Pathogen Containment Facility consisting of a laboratory, head house and greenhouse and will be adjacent to existing buildings 1301-1309 of the FDSWRL complex.� The new facility will be approximately 50,000 Gross Square Feet (GSF) and will serve as the replacement for Building 374 (BSL-3 Plant Pathogen Containment) and Building 390 (Effluent Decontamination System) which has a combined total of approximately 18,500 GSF.� The proposed construction at Fort Detrick will be performed on an active research campus located on a secure military installation. Background: The research mission of the Foreign Disease-Weed Science Research Unit (FDWSRL) is to develop techniques for the rapid detection and identification of new and emerging crop pathogens and to provide fundamental information on the biology and epidemiology of emerging pathogens for risk assessment and disease management strategies including the development for resistant plants. The mission of the weed biological control program is to collect foreign pathogens overseas from weeds in their native habitat and to evaluate, characterize, and release pathogens in the United States for biological control of the introduced weeds thus leading to sustainable weed control practices in agricultural systems with reduced dependence on chemical herbicides. Government Supplied Materials: Constructions plans and specifications (solicitation). Project Assumptions:� The Contractor is required to supply all labor, materials, equipment, and transportation to complete the construction of the Government furnished plans and specifications. Contract Deliverable:� Provide a completed project per the Government furnished plans and specifications. Timeline:� Construction duration estimated to be 730 calendar days. Narrative shall be no longer than 10 pages.� Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. Must submit the following at a minimum: 1. Firm�s name, address, point of contact, phone number, and e-mail address, and capabilities. 2. Firm�s level of interest in competing on the solicitation when it is issued. 3. Firm�s Business Size � Large, Small, Small Disadvantaged Business (SDB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zones (HubZone), Woman Owned Small Business (WOSB), certified 8(a) firms, and SBA approved Mentor-Prot�g� firms 4. Firm�s Bonding Capacity: Interested firms must meet the single project minimum bonding capacity of $25,000,000.00 to be considered as a potential source. The surety providing the bonding must be clearly identified and listed in the Department of Treasury's Listing of Approved Sureties which can be found at https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570.htm. If not currently bonded, a letter from a listed surety stating capacity for obtaining a sufficient bonding amount must be included. 5. Firm�s experience in successfully completed Design-Build projects of similar size and scope, and dollar value range of $25,000,000.00 to $100,000,000.00.� To demonstrate similar projects, at least three examples completed in the last seven (7) years should be provided to include: 6.� Provide at least one (1) example of a new Biosafety Level 3 (BSL-3) laboratory building. 7.� Provide at least one (1) example of a central laboratory Effluent Decontamination System (EDS). 8.� Provide at least one (1) example of a BSL-2 or BSL-3 Greenhouse.� BSL-3 greenhouse experience is preferred. 9.� Responders should have experience in the areas listed below and provide narratives identifying that specific experience: (No dollar value necessary) This project is requiring the use of Karst geology deep structural foundation system, installation of micropiles, pile caps, and grade beam foundation systems.� Responders should have experience in locating, avoiding, and/or protecting existing critical underground utility distribution systems during demolition, earthwork, and new construction operations. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) January 8, 2021. All responses under this Sources Sought Notice must be emailed to qiana.l.bowman@usace.army.mil and tamara.c.bonomolo@usace.army.mil referencing the sources sought notice number W912DR21R0015. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Qiana Bowman via email � qiana.l.bowman@usace.army.mil and tamara.c.bonomolo@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8dd9bb24778c4aafa4d162e59fda867c/view)
 
Place of Performance
Address: Frederick, MD, USA
Country: USA
 
Record
SN05878970-F 20201223/201221230112 (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.