United States - Demolition and Replacement of Office Building, USDA-NRCS Big Flats Plant Materials Center, Corning, New York
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 10 June 2019
- Opportunity publication date
- 24 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 23, 2019 11:11 am
The intent of this project is to demolish and remove the existing office structure (46' x 20'), attached conference room addition (20' x 32') and greenhouse (13' x 24') including foundation (combination of crawl space foundation and slab style) and replace with new turn-key modular office building on a concrete footing and foundation.
The location of the project is on government owned property of the USDA-Natural Resources Conservation Service, Big Flats Plant Materials Center, 3266 State Route 352, Corning, NY 14830.
The existing office structure is 65 years old; conference room addition is 30 years old and greenhouse is approximately 55 years old. At a minimum, chrysotile asbestos is determined to be found in the drywall and floor tile and must be removed by a licensed asbestos abatement contractor. Roofing materials have not been tested, but must be tested prior to removal, to insure safe and proper removal and disposal. The contractor must insure that all federal, state, and local requirements for asbestos and hazardous material handling and disposal are followed.
The new office structure shall be approximately 1700 sf, turn-key and include a foyer, one private office, one conference room, separate lavatories for men and women, utility room, computer server room, and kitchenette; on a concrete footing and foundation. Office structure shall be modular/refabricated; shall be ranch style, wood-framed and meet all local, state, federal, ADA and USDA building code/construction requirements.
Contractor shall furnish all labor and materials and perform all work necessary to prepare the site; demolish and properly remove/dispose of all materials including asbestos and hazardous material; restore all disturbed areas; construct new foundation and provide modular turn-key office structure. All work must meet federal, state and local material handling and disposal, zoning and building construction requirements.
It is expected that the contractor will visit the site of work and thoroughly familiarize themselves with the conditions existing there. Failure on the part of the contractor to acquaint themselves with the site conditions will not be sufficient reason for any increase in contract price.
Summary of Work:
a. Mobilization - identify construction laydown, equipment and waste storage area, utility mark-outs, order/procurement of modular office building.
b. Pre-demolition - clean up and disposal of hazardous and non-hazardous waste and materials.
c. Removal/proper disposal of all solid waste, garbage, furniture, equipment from site.
d. Demolition and disposal of building and old foundation
e. Foundation excavation and installation of new foundation
f. Building installation
g. Site restoration
h. Site clean-up and demobilization
All work shall be performed complete and in accordance with the statement of work/specification for each phase of demolition, building, and building installation; drawings and solicitation requirements.
Period of Performance: Contractor shall commence work after the Notice to Proceed is issued and shall complete the entire work ready for use including final submittals within 120 calendar days after receipt of Notice to Proceed.
The majority of the work to be performed shall be during the regular working hours of the Center established by the Contracting Officer, Monday through Friday, from 0700 to 1630, excluding Government holidays.
This acquisition is set-aside 100% for small business concerns.
The NAICS Code for this procurement is 236220. The small business sized standard is $36.5 million.
The magnitude of this construction effort is between $100,000 - $250,00.00.
The tentative timeframe for issuance of Request for Proposal (SF-1442) for the above stated requirement is on or about May 8, 2019.
A pre-bid/site visit will be conducted. The exact date and time for the pre-bid/site visit will be stated in the solicitation package.
It is intended that a firm fixed price contract will be awarded to the responsible Offeror whose proposal, conforming to the solicitation is determined to be fair and reasonable and the best value to USDA-NRCS. Proposals will be evaluated based on upon: price, technical capability, and past performance.
A bid bond is required to be submitted with the RFP. Performance and payment bonds will also be required for this project within 7 days after contract award.
Contractors MUST be registered in the System for Award Management (SAM) in order to be eligible for contract award. Therefore, any Offeror not registered in SAM at time of award will be deemed non-responsive. SAM registration should also be updated to include NAICS code 236220.
Any questions concerning this project should be in writing and directed to Laureen M. Eipp, Contracting Officer, laureen.eipp@usda.gov.
Prospective offerors are cautioned concerning their responsibility to access this website for any amendments that may be issued under the RFP. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the date set for receipt of proposals. Failure to acknowledge amendments may render offers ineligible for award.
- Opportunity closing date
- 10 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Agriculture Acquisition Division - Operations Branch United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.