Texas Bids > Bid Detail

USDA Fruit Fly Rearing, Eclosion and Release Facility

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159388654532860
Posted Date: Mar 17, 2023
Due Date: Apr 19, 2023
Solicitation No: W518EA23R0006
Source: https://sam.gov/opp/a3319baa1d...
Follow
USDA Fruit Fly Rearing, Eclosion and Release Facility
Active
Contract Opportunity
Notice ID
W518EA23R0006
Related Notice
W518EA22R0009
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
US ARMY ENGINEER DISTRICT FT WORTH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 16, 2023 08:34 am CDT
  • Original Published Date: Mar 08, 2023 11:52 am CST
  • Updated Response Date: Apr 19, 2023 02:00 pm CDT
  • Original Response Date: Apr 12, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1EC - CONSTRUCTION OF PRODUCTION BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Edinburg , TX
    USA
Description View Changes

PRESOLICITATION NOTICE



Title: USDA-Fruit Fly Eclosion and Release Facility, Moore Air Base, Edinburg, TX



PSC Code: Y1EC Construction of Production Buildings



NAICS Code: 236220 Commercial and Institutional Building Construction



Recovery and Reinvestment Act Action: No



Solicitation Number: W518EA23R0006 (previously W518EA22R0009)



Contracting Office Address: U.S. Army Corps of Engineers (USACE)



Location: Fort Worth, TX





1. DESCRIPTION:



This is a PRE-SOLICITATION NOTICE ONLY and no response is required. This is not a solicitation; no proposals shall be accepted, and no award shall be made as a result of this pre-solicitation notice.



This project will be procured in accordance with (IAW) Federal Acquisition Regulation (FAR) Parts 15 and 36. The solicitation will be issued on or about 20 March 2023. The estimated bid submission date will be on or about 30 calendar days after solicitation issuance. The contract is anticipated to be awarded on or about 20 June 2023.





2. CONTRACT INFORMATION:



a. This pre-solicitation announcement is for an acquisition to construct a new Eclosion & Release module to support USDA’s Preventative Release Program. The facility will be a one-story structure, totaling approximately 30,000 Sq. ft that will include parking and two new aircraft staging canopies near the existing airport runway. The project is to be delivered via design-bid-build delivery method and will solicited as a total Small Business Set-Aside. Proposals will be evaluated using the best-value trade-off selection process and a Firm-Fixed-Price contract award is anticipated to be awarded on, or about 13 June 2023. See detailed scope below in paragraph 3. Project Information



b. The period of performance is approximately 730 days from Notice to Proceed. IAW DFARs 236.204, Disclosure of the magnitude of construction projects, the Construction magnitude is between $25,000,000 and $100,000,000.



c. The North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction) and the size standard of $39.5 Million.



d. System for Award Management (SAM). In order to be eligible for contract award, a firm must be registered with the SAM database website (http://www.sam.gov). Use of SAM requires prior registration and offerors may register for SAM at http://www.sam.gov.



e. Solicitation issuance: Once the solicitation has been issued, prospective contractors will be able view and/or download the solicitation, specifications, and potential solicitation amendment(s) at the SAM website (https://sam.gov/). Use of SAM requires prior registration and offerors may register for at https://sam.gov/. Type the Solicitation number W518EA23R0006 into the SAM search box in order to locate the solicitation. Plans and specifications will not be made available in paper format or on compact disc. It is the offeror’s responsibility to continuously monitor the SAM website for any potential solicitation amendment(s). The US Government reserves the right to use only the internet, and particularly SAM, as a means of notification for any amendment(s) to this solicitation.



Electronic copies of each volume shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/piee-landing/ by the due date and time in the SF1442. Proposals submitted by mail or hand-carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR). For instructions on how to post an offer, please refer to the Posting Offer demo: https://wawftraining.eb.mil/wbt/sol/Posting_Offer.pdf



It is the Offeror’s responsibility to obtain confirmation of receipt of all electronic files of the full proposal by the SWF-IIS Contracting office. In the event that the Solicitation Module is down, the alternate method for proposal submission is via email to: CESWF-IIS@usace.army.mil ONLY. The Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method.



Offerors are responsible for ensuring electronic copies are virus-free and shall run an anti-virus scan before submission. Electronic copies of each volume shall be compatible with the following software products: Adobe Acrobat Reader 11 and Microsoft Office Suite 2016. Narrative portions of the proposal shall be in Adobe Acrobat portable document file (pdf) searchable text format. The Offeror shall not embed sound or video (e.g., MPEG) files into the proposal files. Electronic files shall be clearly identified for each volume, section, and item.



f. IAW FAR 52.219-14, Limitations on Subcontracting, small businesses must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement.



g. Prior US Government contract work will not be required. However, all construction performance must comply with the USACE Safety and Health requirements Manual, (EM 385 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.



h. A 90-day offer acceptance period will be required.



i. Bonds: Bid bonds are required with proposal submission. Performance and Payment bonds will be required from the contractor who is awarded the contract.



j. During the solicitation all bidder inquiries will be entered and answered via ProjNet at http://www.projnet.org/projnet. A bidder key will be provided with the solicitation. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on the next screen is correct and click continue. If you have any issues with registration, please contact the ProjNet call center at (833) 389-1097 and (217) 367-3273.





3. Project Information:



a. Construction of the USDA Fruit Fly Eclosion and Release Facility is to support the USDA Preventive Release Program for Mexican Fruit Fly sterilization. The project is located on the Moore Air Base campus in Edinburg, Texas on approximately 17 acres of property immediately west of the existing facility, and water treatment plant. The Fruit Fly Eclosion and Release Facility (FFERF) is a one-story structure approximately 30,000 square feet in size and is designed to work in conjunction with the existing Rearing facility on the Moore Air Base campus.



The building will require a newly developed building pad, new site utilities, new roadway access, POV parking, and two new aircraft staging canopies near the taxiway apron for transferring the adult flies to the aircraft. The building will consist of drilled pier foundations, concrete slab on grade floor, site-cast concrete tilt-up insulated walls, and precast roof tees for the roof. The work includes reverse osmosis water treatment, building exhaust and air filtration systems, and redundant power supply. The facility receives irradiated pupae from the existing Rearing facility, where they develop into adult flies. Once matured, they are released via aircraft transport.





4. Primary Point of Contact: The points of contact (POC) are Donald Sumner, Contract Specialist and J. Scott Rinehart, Contracting Officer; CESWF-IIS@usace.army.mil.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300
  • FORT WORTH , TX 76102-6124
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >