Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2010 FBO #3071
SOLICITATION NOTICE

Z -- RECOVERY-Building 306 Renovation at the Beltsville Agricultural Research Center, Beltsville, Maryland

Notice Date
4/20/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Facilities Division, Facilities Contract Branch, 5601 Sunnyside Avenue, Mail Stop 5124, Beltsville, Maryland, 20705-5124
 
ZIP Code
20705-5124
 
Solicitation Number
AG-3K15-S-10-0009A
 
Point of Contact
Jennifer M. Friel, Phone: 301-504-1178
 
E-Mail Address
jennifer.friel@ars.usda.gov
(jennifer.friel@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - The USDA, Agricultural Research Service intends to issue a Request for Proposal (RFP) for the Design-Build - Building 306 Renovation at the Beltsville Agricultural Research Center (BARC) in Beltsville, MD. This Design-Build project includes the design and renovation of the entire building. Building 306, constructed in 1939, is a nominal 60,000 sf building with 46,500 rentable SF on three floors, plus an attic and partial basement housing mechanical equipment. The building is approximately 1/3 office and 2/3 lab space. The renovation is primarily the interior of the existing building, including major code updates. Design-Build Services are required for Structural, Mechanical, Plumbing and Fire Protection, and Electrical Systems. Structural: Make structural modifications and add two new interior stairwells. Modify floor opening for utility distribution. Reconfigure the loading dock. Remove exterior emergency exit stairs. Mechanical: Replace all mechanical systems and distribution including: air handling, chilled water, heating water and laboratory ventilation/exhaust. Plumbing and Fire Protection: Replace all water piping and install fire protection sprinklers (dry pipe in attic). Replace the pure water system. Electrical: Provide a new 480/277 volt electric service and replace all lighting. Relocate and install a government-furnished 800 KW emergency generator. Provide new water service, sanitary sewer service, and electrical service to the building. Modify/insulate existing steam service in steam tunnel. Replace fire alarm, telecommunication and security systems. Replace all ceilings, interior doors and frames. Provide new finishes throughout. Finish trim new windows and provide new window coverings. Reconfigure and renovate restrooms on three floors. Abate asbestos, lead-paint affected surfaces, and mold areas. Site work will include utility work and adding handicapped accessible parking spaces. Replace casework, fume hoods, eye wash stations and other lab equipment. Base Item - All work is contained in the Base Item, except for the optional items described below. Optional Items: Option 1 - Provide and install a new walk-in freezer in the basement. Option 2 - Modernize the existing combination passenger/freight elevator which serves the basement and floors 1-3. Option 3 - Replace the existing slate roof with a new synthetic slate roof and replace the flat roof with a new membrane roof in the center of the building, where the exhaust stacks are located. Option 4 - Provide additional mobile laboratory casework. Option 5 - Provide a new autoclave and autoclave exhaust hood in the basement. The contract performance time is approximately 730 calendar days (base and all optional items) after the issuance of the notice to proceed. Total Design-Build cost is estimated to be more than $10 million. The North American Industry Classification System (NAICS) codes are 236220 (Construction), 541310 (Architect) and 541330 (Engineering) with a size standard of $33.5 million for construction and $4.5 million for architectural and engineering services. This procurement is being issued on an unrestricted basis using full and open competition utilizing the negotiated method by issuing a Request for Proposal (RFP). Bid Bonds are required. Performance and Payment Bonds will be required by the successful offeror. The solicitation documents will be available for viewing and downloading on FedBizOpps (www.fedbizopps.gov) on or about May 6, 2010. A single pre-proposal conference and site visit has been tentatively scheduled for May 19, 2010, at 9:00 a.m. Eastern Time at the Beltsville Agricultural Research Center (Building 306) in Beltsville, Maryland. Subcontractors are encouraged to attend the pre-proposal conference and provide copies of their business resumes to potential prime contractors for possible subcontracting opportunities. Proposals are due on June 21, 2010, at the George Washington Carver Center, ATTN; Jennifer Friel, 5601 Sunnyside Avenue, Beltsville, MD 20705-5124. Due to the heightened security at Government buildings, offerors are encouraged to send their proposals via overnight mail. If proposals are sent via regular mail, please allow an additional five (5) days for mail scanning. Couriers will not be allowed to drop proposals off at the security desk; they must take them to the mail room located at the back of the building and therefore must do so in enough time to meet the date and time for receipt of proposals. All responsible sources may submit a proposal which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/FCB/AG-3K15-S-10-0009A/listing.html)
 
Place of Performance
Address: Beltsville Agricultural Research Center, Beltsville, Maryland, Beltsville, Maryland, 20705, United States
Zip Code: 20705
 
Record
SN02126991-W 20100422/100420235210-7b42038f2cce29809226c815129c66ef (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  © 1994-2020, Loren Data Corp.