Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2024 SAM #8146
SOLICITATION NOTICE

Y -- Renew Cheetah Conservation Station � Africa Trail (CCS-AT) at the Smithsonian�s National Zoo and Conservation Biology Institute (NZCBI)

Notice Date
3/15/2024 5:39:09 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
SMITHSONIAN INSTITUTION ARLINGTON VA 22202 USA
 
ZIP Code
22202
 
Solicitation Number
33330224RF0010014
 
Response Due
5/16/2024 12:00:00 PM
 
Archive Date
04/01/2024
 
Point of Contact
Virginia Chan, Phone: 2026337253, Christine Grant, Phone: 202-633-7262
 
E-Mail Address
Chanvc@si.edu, grantCA@si.edu
(Chanvc@si.edu, grantCA@si.edu)
 
Description
PRESOLICITATION NOTICE The Smithsonian Institution (SI) is seeking offers to Renew Cheetah Conservation Station � Africa Trail (CCS-AT) at the Smithsonian�s National Zoo and Conservation Biology Institute (NZCBI), located in Washington, DC. The North American Industry Classification System (NAICS) code for this action is 236220 and the small business size standard is $45M. PROJECT INFORMATION: Scope of work involves mechanical, electrical, and plumbing (MEP) system upgrades, along with security and related building infrastructure improvements, stormwater management and yard renovations, added containment fencing, and pedestrian surface repairs. As part of this project, nearly all site and building infrastructure will be revitalized, which will restore operational functionality and support animal care needs. In addition, due to erosion caused by intense storm run-off, the structural foundation for the station must be replaced and raised up to prevent future deterioration. The containment fence, visitor barriers, and security systems will be replaced in response to AZA inspections and recommendations, and to reduce the deferred maintenance backlog. Structural improvements will be made to address the safety of maintenance workers and support best practices in animal welfare and management of their habitats and housing. Specifically, work under this project includes but is not limited to: a) Selective demolition of stormwater and separate-contaminated piping, fencing, concrete, curbs, gutters, HVAC and electrical systems, and trees to accommodate new systems. b) Structural demolition, bracing, shoring, and underpinning, and new work. c) Installation of new asphalt, generator, utilities, and layout of service yard. d) Re-grade and installation of new drainage system, select utilities, fencing, planting, and irrigation system at moat fill areas along perimeter of site. e) Re-grade and installation of new utilities, substrate, shade structures, deadfall, dens, boulders, animal drinkers, enrichment feeders, trees, plantings, hot wire, and irrigation in exhibit yards. f) Re-grade and installation of new stormwater curb inlets, utilities, retaining walls, ramps, substrate, concrete, shade structures, and animal drinkers in management yards. g) Installation of new push board system, animal transfer chute system, fencing, gates, and door control system in management yards. h) Asbestos containing material (ACM) and lead based paint (LBP} abatement. i) Installation of new insulated paneling, and roofing on barns. j) Installation of new flooring, wall partitions, unit heaters, animal drinkers, and mechanical, electrical, plumbing, and fire protection systems in barns. k) Fill of existing openings, cutting of new openings, and installation of new doors and windows in barns. l) Installation of new radiant heat floor system and BAS system. m) Conversion of open enclosure to new keeper office with new office layout, HVAC, and electrical systems work. n) Conversion of open enclosures to new animal space with new stall layout plans, HVAC, and electrical systems work. o) Conversion of existing animal space into consolidated utility space with new mechanical, plumbing, electrical, and fire protection equipment. p) Installation of new sprinkler and dry-concealed fire protection systems. The area will be closed to visitors, but some animals will remain in area adjacent to the construction site and staff will need access near the construction zone to continue to care for the on-site animals. Critical Elements of the Work: The successful Contractor shall be fully qualified to install critical elements of the Work, as listed below: a) Working with an occupied campus with Public, Staff and Animals b) Coordination of Specialty Trades within a small site footprint c) Coordination and installation of specialty animal doors, shifting systems and manual operated remote door controls. d) Coordination and installation of multiple subsurface utility systems in a congested area e) Coordination and installation of Subsurface drainage and water conveying systems. f) Coordination and installation Radiant floor g) Coordination and installation of Animal containment fencing The Period of Performance for the Base Contract is 730 Calendar Days from the date of Notice to Proceed. Total Estimated cost range is more than $10,000,000. LOCATION: Project will be located at 3001 Connecticut Ave, NW, Washington, DC 20008. THIS IS NOT A REQUEST FOR PROPOSAL. The full solicitation, request for proposals, will be released on or about April 1, 2024; however, there is no guarantee or implication of a guarantee this this project will be solicited. Responses will be due within (45) days of release. Electronic copies will be uploaded to SAM.gov site. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Smithsonian Institution will accept proposals from all qualified offerors. The Smithsonian Institution�s evaluation panel will be the sole entity to determine as to whether an offeror is capable of meeting the requirements to carry out contract performance. No attachments or links have been added to this opportunity.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3b966e78c6c4ac9abc61a66d9a2562e/view)
 
Place of Performance
Address: Washington, DC 20008, USA
Zip Code: 20008
Country: USA
 
Record
SN06998775-F 20240317/240315230047 (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.