Search Contract Opportunities

USDA-ARS Beltsville Agricultural Research Center (BARC) Building 308 Renovation   3

ID: W912DR21R0025 • Type: Presolicitation

Description

SOLICITATION NO. W912DR21R0025

PROCUREMENT TYPE: Pre-Solicitation Notice

TITLE: USDA-ARS Beltsville Agricultural Research Center (BARC) Building 308 Renovation

Classification Code: Y Construction of structures and facilities

This proposed procurement is Full and Open Competition (Unrestricted); NAICS 236220 "Commercial and Institutional Building Construction" with a size standard of $39,500,000.00.

Project Description: NAB has a requirement to award construction services for the USDA-ARS Beltsville Agricultural Research Center (BARC) Building 308 Renovation. The proposed project will be a competitive, firm-fixed-price (FFP), design-build (DB) contract procured in accordance with FAR 15, Contracting by Negotiations, under a two-step Best Value Tradeoff Process.

The scope includes the gut interior and replace demolished features for desired function. Load bearing columns and exterior walls to remain. Interior walls can be demolished or moved as required per floorplan design. Replace/upgrade all utilities (telecom, data, mechanical, electrical, plumbing, fire protection, etc.). All buildings shall receive 480-volt electrical service and transformers as necessary. All utilities shall be replaced from building exterior back to main service connection. Building envelope and drainage features to ensure all exterior walls are weathertight and watertight . Exterior building drainage systems and roofs shall be replaced as part of building renovation. DB contractor shall perform all landscaping work. BARC will remove any furniture and equipment that they want to salvage; Remaining existing furniture, equipment and trash will be removed by the DB Contractor. Mitigate hazardous materials (asbestos, mold, etc.) as necessary, utilizing hazmat surveys completed by USACE Baltimore. Replace laboratory equipment, fume hoods, and casework. At Building 308, steam line will be replaced from building to exterior junction manhole for adjacent buildings. Service shutdown shall be coordinated. Elevators at each building shall be installed per floorplan design and meet building code requirements. Exterior work to be covered includes roof replacement or repair, removal of fire escapes, window replacements, replacement of exterior building features, building lighting, sidewalks, ramps, and parking spaces needed for ADA compliance. Interior staircases shall be installed per design, to meet code. The attics shall be completely weather tight and environmental contaminants shall be mitigated as necessary. New work shall be completed in a manner to preserve historical appearance and significance of existing structures.

The magnitude of construction is between $25,000,000.00 and $100,000,000.00. Construction duration is approximately 1096 calendar days from Notice to Proceed.
Additional information in accordance with the Statement of Work will be included in the Request for Proposal (RFP) package.

This will be a Two Phase Design-Build contract utilizing the best value tradeoff process. An award will be made to the Offeror whose proposal is determined to be the best value to the Government considering the evaluation factors. It is anticipated that Phase I will be released on or about 15 August 2021 with proposals due on or about 15 September 2021.

Phase I of the solicitation will be provided in an electronic format, free of charge, to all authenticated account holders of the beta.SAM.gov system. To familiarize vendors with the system, please go to https://www.SAM.gov. The media through which the Government chooses to issue this solicitation will be the internet only. This solicitation will not be issued in paper format.

Phase II of the solicitation will only be available to those offerors selected to advance to Phase II.

Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code applicable (236220) to this acquisition must be in vendor's SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.

Overview

Response Deadline
May 28, 2021, 11:00 a.m. EDT Past Due
Posted
April 28, 2021, 10:21 a.m. EDT (updated: Oct. 5, 2021, 8:52 a.m. EDT)
Set Aside
None
Place of Performance
Beltsville, MD 20704 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
53%
On 4/28/21 USACE Baltimore District issued Presolicitation W912DR21R0025 for USDA-ARS Beltsville Agricultural Research Center (BARC) Building 308 Renovation due 5/28/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1EZ.
Primary Contact
Name
McKenna Heath   Profile
Phone
(410) 962-6147

Secondary Contact

Name
Michael J. Getz   Profile
Phone
(410) 962-3455

Documents

Posted documents for Presolicitation W912DR21R0025

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DR21R0025

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DR21R0025

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DR21R0025

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NAD > W2SD ENDIST BALTIMORE
FPDS Organization Code
2100-W912DR
Source Organization Code
100221492
Last Updated
Oct. 5, 2021
Last Updated By
michael.j.getz@usace.army.mil
Archive Date
Nov. 30, 2021