The RFP Database
New business relationships start here

Modernization of National Laboratory for Agriculture and the Environment - Ames, Iowa


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The USDA, Agricultural Research Service, intends to issue a Request for Proposal (RFP) for the Modernization of the National Laboratory for Agriculture and the Environment (NLAE), located in Ames, Iowa. This NLAE Modernization Project will be implemented by the Design-Build project delivery method and will involve the modernization and renovation of a current research campus. The USDA has developed a set of Bridging Documents (plans and specifications) showing and describing the project's essential elements.

BACKGROUND: The research mission of the NLAE is to generate information which addresses critical problems in agriculture and watershed management leading to the development of innovative solutions which increase the efficiency of agriculture systems and reduces environmental risk. NLAE was formed originally as the National Soil Tilth Laboratory in 1989. The research facilities at NLAE have far exceeded their service life. The original laboratory spaces have outlived their original functional provisions and the research programs housed therein would benefit from reconfiguration of most of the labs to suit current uses. Numerous HVAC, plumbing, energy efficiency, and building code deficiencies exist and must also be addressed.


REQUIREMENT: Design Build Contractor (DBC) services are expected for Architectural, Structural, Civil, Mechanical, Plumbing, Fire Protection, and Electrical Systems. The project scope includes a selective renovation of the 91,000 SF building; including the upgrade of the existing laboratories, replacement of fume hoods, laboratory casework replacement, HVAC upgrades including replacement of pneumatic with DDC controls, entry security upgrades, ADA improvements, plumbing system replacements, and fire alarm system upgrades. The building footprint will not change. The work will be completed while the laboratory remains open. The Bridging Documents will consist of a complete 50% design submission. The Design Build Contractor will use these documents as the basis to complete a set of construction documents.


BASE:
Base Item - All project design and construction work is contained in the Base Item, except for the Optional Items described below.


OPTIONS:
OPTION 001 - Replace the laboratory casework in Lab Rooms 131, 141, and 225.


OPTION 002 - Replace the Computer Room Cooling Unit.


OPTION 003 - Replace the Central Laboratory Air Compressors.


OPTION 004 - Replace the Central Laboratory Vacuum Compressors.


OPTION 005 - Replace existing Growth Chambers and upgrade controls on Conviron Growth Chambers.


 GENERAL:
The contract performance time is approximately 520 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 $36.5 million for construction and $4.5 million for architectural and engineering services.


This project will be initiated by a two-phase design-build solicitation. This procurement is being issued as a Total Small Business Set Aside utilizing the negotiated method by issuing a Request for Proposal (RFP).


The solicitation criteria relies upon industry standards, where allowable, to afford the offeror a degree of design flexibility while meeting certain specific project requirements. The successful DBC must design and construct complete and useable facilities, as described in the RFP documents.


One solicitation will be issued covering both phases. Phase One is the pre-selection phase. This phase does NOT include the submission of a price proposal.


Evaluation factors under Phase One may consist of the following: Past Performance, Management Approach, and General Technical Approach.


Proposals will be evaluated in Phase One to determine which offerors are eligible to submit proposals for Phase Two, and an amendment to the RFP will be issued to those selected offerors (maximum of four). The detailed project performance requirements for this project will be included in the amended RFP package for Phase Two.


The Evaluation Factors for Phase Two will consist of the following: NLAE Specific Technical Approach and NLAE Schedule.


The contract will be awarded, based on the Best Value "Trade-off" process, to the firm whose proposal, in the judgment of the Contracting Officer, provides the best combination of design features and cost or price reasonableness. In making this determination, all evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Government reserves the right to make the contract award to other than the lowest price offeror, price and other factors considered.


Bid Bonds are required. Performance and Payment Bonds will be required by the successful offeror. It is anticipated that the solicitation documents will be available for viewing and downloading on FedBizOpps (www.fedbizopps.gov) on or about April 2, 2018.


Plans and specifications will NOT be provided in hard paper copy. The solicitation and all amendments for the RFP will be posted on www.fbo.gov


Proposals are due on May 9, 2018 by 3:00pm EST., at the George Washington Carver Center (GWCC), ATTN; Angela Wingert, 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.


Offerors will have the maximum timeframe expressed in calendar days below to develop proposals in response to Phase 1 and Phase 2. In Phase I, the Government will evaluate Performance Capability proposals to "Shortlist" a maximum of four (4) of the most highly qualified Offerors. ONLY those firms selected in Phase I will be allowed to participate in Phase II.

a. PHASE 1 - 30 Calendar Days


b. PHASE 2 - 30 Calendar Days


It is the responsibility of the contractor to check www.fbo.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted at the referenced website. No copies on electronic storage (USBs, DVDs, CDs, etc...) or hard copies will be made available.


If an offeror would like to be listed so that others can see that the offeror is an interested vendor, the offeror must click the "Add Me to Interested Vendors" button in the listing for this solicitation on www.fbo.gov


 


 


Angela B. Wingert, Contract Specialist, Phone 301-504-1181, Fax 301-504-1216, Email angela.wingert@ars.usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP