Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
SOURCES SOUGHT

Y -- Design-Build (D-B) Life Science Test Facility Addition, Dugway Proving Ground, Utah

Notice Date
7/6/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-11-S-0187
 
Response Due
7/22/2011
 
Archive Date
9/20/2011
 
Point of Contact
Connie L Newell, 916-557-5229
 
E-Mail Address
USACE District, Sacramento
(connie.l.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Connie Newell at Connie.L.Newell@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Design-Build (D-B) Life Science Test Facility Addition, Dugway Proving Ground, Utah contract. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in September 2011. The estimated cost range according to the DFARS 236.204 is between $25,000,000 and $100,000,000. The NAICS Code is 236220, the size standard is $33.5 million, and the Federal Supply Code is Y142, Construction of Laboratories & Clinics. The duration of the project is 900 calendar days. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1 the contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This project is a Design-Build of a 41,200 SF permanent addition to the existing Life Sciences Test Facility (LSTF) building. Project will house test research, design, analysis and report writing area for scientists, an area for calibration, maintenance and repair of sensitive laboratory instruments, an autoclave with supporting equipment, ten Bio-Safety Level 2 (BSL2), five BSL3 labs and one additional BSL3 Aerosol Chamber. The existing building will be renovated so that access to the new addition is through the existing LSTF to avoid duplication of security personnel for the new addition. Project will include construction of a parking lot to tie into existing road network. A waste handling system is to be included to dispose of laboratory-generated waste in accordance with all applicable laws, rules, regulations and standards. Project to also include but not limited to the following: -Air conditioning and heating as required. -Connect utility extensions to the new building addition. -Install fire detection system and connect to existing fire alarm system. -Install a fire suppression system in accordance with UFC 3-600-01, AR 420- 1, all applicable National Fire Protection Association (NFPA)codes,(IBC) International Building Code, (UFC) Unified Facilities Criteria, Dugway Fire Department, and any other applicable requirements. -Install an auxiliary generator to maintain power to mission-critical RDTE (Research, Development, Testing and Evaluation) processing systems, including associated safety, alarm, and shutdown systems in the event of an interruption or failure of the power grid. -Install an IDS (Intrusion Detection System) in accordance with AR 190-17 and requirements identified by the vulnerability assessment team. All required Anti-Terrorism/Force Protection measures are to be included. CCTV (closed Circuit Television) installation will be MILCON funded and the CCTV acquisition will be proponent funded. The Design portion must be accomplished by qualified, experienced, professional A-E multi-discipline firms. These A-E firms must be capable of: design analysis, planning, development, CADD, professional services, pre-design site-assessment, feasibility and concept studies, design, geotechnical investigations and reports, environmental investigations, studies, and reports, abatement and sampling, construction documentation, cost estimates, value engineering, life cycle costing, post design-shop drawing review, construction phase services, and construction administration. Additional services include but are not limited to: seismic design, topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise and knowledge of the design of laboratories and hospitals, Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. AE disciplines required to comply with the above requirements include but are limited to, registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certified), interior designer, landscape architect, community planner, certified environmental survey/design personnel, and construction management. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 20 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on July 22, 2011. Submit response and information to: Ms. Connie Newell, CECT-SPK-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or Connie.L.Newell@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-S-0187/listing.html)
 
Place of Performance
Address: Dugway Proving Grounds Dugway Proving Grounds Dugway UT
Zip Code: 84022
 
Record
SN02490352-W 20110708/110706234546-a3b429ba6ce1d5ad1c263c1aab29b199 (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.