Similar Projects
Langley Park Community Center- Trail/Park - 4.99.0090 - Prince George's County
Infrastructure
Conception
$1,000,000 CJ est. value
Hyattsville, MD 20783

Prince George's Plaza Community Center - 4.99.0127 - Prince George's County
Demolition, New Construction, Infrastructure
Conception
$665,000 CJ est. value
Hyattsville, MD 20782

AutoZone #3615 / Accokeek
New Construction, Infrastructure - 7,000 SF
Design
$1,500,000 CJ est. value
Accokeek, MD 20607

Ecograds
New Construction, Infrastructure - 2,300 SF
Design
$47,000,000 CJ est. value
College Park, MD 20740

Mullikin Bus Lot Renovation / Addition
Infrastructure
Bidding
$500,000 CJ est. value
Bowie, MD 20716

RFQ D/B - USDA-ARS Beltsville Agricultural Research Center 005 Renovation
LEED Certification, Renovation, Infrastructure - 52,580 SF
Bidding
$100,000,000 CJ est. value
Beltsville, MD 20705

RFQ Contractor - UMD Interdisciplinary Engineering Building - Early Site Utilities Bid Package
LEED Certification, Infrastructure
Sub-Bidding
$160,000,000 CJ est. value
College Park, MD 20740

Construction of New Forensic Lab
New Construction, Addition - 53,000 SF
Post-Bid
$5,000,000 to $25,000,000 est. value
Hyattsville, MD 20785

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Post-Bid
$1,500,000 CJ est. value
Seattle, WA 98174

P3003, Consolidated Communication Center, AAFB
- 80,000 SF
Results
Camp Springs, MD

PEPCO Champlain Substation Replacement
New Construction, Alteration
Pending Verification
$16,000,000 est. value
Hyattsville, MD 20783

Adventist HealthCare Fort Washington Medical Center
New Construction, Infrastructure
Pending Verification
$10,000,000 CJ est. value
Fort Washington, MD 20744

Ellen E. Linson Splash Park - 4.99.0053 - Prince George's County
Infrastructure
Conception
$362,000 CJ est. value
College Park, MD 20740

Basketball Performance Center - University of Maryland
New Construction, Infrastructure - 60,000 SF
Design
$25,000,000 CJ est. value
College Park, MD 20740

Mount Rainier Potts Hall Welcome Center
Addition, Demolition, Renovation, Infrastructure
Bidding
$7,000,000 CJ est. value
Mount Rainier, MD 20712

Last Updated 09/13/2022 11:02 AM
Project Title

Upgrade Greenhouse Controls Building 11

Physical Address View project details and contacts
City, State (County) Beltsville, MD 20705   (Prince Georges County)
Category(s) Commercial, Heavy and Highway, Laboratory
Sub-Category(s) Communication Building, Laboratory, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $500,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

PROJECT TITLE: Upgrade Greenhouse Controls Building 11 PROJECT LOCATION: Beltsville, MD MAGNITUDE OF CONSTRUCTION: Between $ 250,000 and $500,000 TYPE CONSTRUCTION: Building NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE: (NAICS): 238210 SMALL BUSINESS SIZE STANDARD: $16.5M PERIOD OF PERFORMANCE: 120 calendar days from receipt of Notice to Proceed for Base Offer. WAGE DETERMINATION: Department of Labor General Decision Number MD20220044 is included as an attachment to solicitation and is applicable to any resultant contract. If necessary, subsequent revisions will be posted to the solicitation via amendment prior to Proposal submission date. Revision may also be applicable prior to any contract award. Wage decisions are available at https://SAM.gov. REQUESTS FOR INFORMATION (RFI): To obtain clarifications and/or additional information concerning the contract requirements, specifications and/or drawings, submit a written RFI utilizing the RFI Form attached to this Solicitation, send via email to Jason.robbins@usda.gov. The subject line of the email must read 'RFI - 12305B22R0023 GH Controls Bldg 11'. RFIs must be specific identifying section, paragraph and page no. of the specifications or cite the drawing number and must be in question format. All RFIs submitted shall include the solicitation number and title, contractor name, city, state, telephone, email address, date submitted, and the RFI question(s). RFI responses will be posted to www.fbo.gov as necessary in amendment format. Deadline for submission of RFIs for this solicitation is close of business August 25, 2022. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned. TYPE OF SET-ASIDE THIS SOLICITATION IS A 100% SET-ASIDE FOR SMALL BUSINESS. SEE THE SOLICITATION FOR ELIGIBILITY REQUIREMENTS. The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement to: Upgrade Greenhouse Controls, Bldg 11 at the BARC, Beltsville, MD. Solicitation 12305B22R0023 is issued as a Request for Proposals (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 15 and 36 and will be incorporated in the awarded firm-fixed price order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. This will be evaluated using Lowest Price Technically Acceptable (LPTA), see solicitation for evaluation factors and submission requirements, sections L and M. Award will be Firm Fixed Price (FFP). Email offer to: Jason.robbins@usda.gov. Notice of Set-Aside for Small Business Concerns: This requirement is a Total Small Business Set Aside. NAME BRAND SOLE SOURCE - Wadsworth Controls are the only system acceptable and must interface with existing controls. See SOW for details. The associated NAICS Code is 238210, Electrical Contractors and Other Wiring Installation Contractors. The small business size standard is $16.5 million. Magnitude of Construction is between $250,000 and $500,000. Period of performance is 120 days after receipt of the Notice to Proceed. Bonds: Awards exceeding $150,000 require both Payment and Performance Bonds. Bid Bond is required. Site Visit: An organized site visit will be conducted on August 22, 2022 at 10:00 AM Eastern Time. The site visit will be held at the project location. In order to attend the site visit, you MUST pre-register by 4:00 PM ET on Friday, August 19, 2022. Pre-register by emailing jason.robbins@usda.gov with your company name and the full name(s) of the representatives who will attend. Attendees must bring a Government issued, current, valid Real photo ID. The site visit will be held for the purpose of providing contractors with the opportunity to familiarize themselves with the site which may be helpful in the preparation of offers. Attendance at this site visit is not mandatory for offer submission; however, failure to visit the site will not relieve or mitigate the successful contractor's responsibility and obligation to fully comply with the terms, conditions and specifications contained and/or referenced in this document. All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Jason Robbins, via email to jason.robbins@usda.gov. Questions must be submitted no later than 4:00 PM ET on August 25, 2022. Answers to all questions received by that time will be posted as an amendment to the solicitation. No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer. Telephone requests for information will not be accepted or returned. Biobased Products: This procurement requires the use of Biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. The products should first be acquired from the USDA designated product categories. All supplies and materials shall be of a type and quantity that conform to applicable Federal specifications and standards, and to the extent feasible and reasonable, include the exclusive use of biobased and recycled products. Please visit www.biopreferred.gov for more information on the USDA Biobased Program and to reference the catalog of mandatory biobased products. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows, Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies.
Division 11 - Equipment, Audio-Visual Equipment, Laboratory Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Specialty Casework, Laboratory Casework, Countertops, Laboratory Countertops, Rugs and Mats, Office Furniture, Seating, Institutional Furniture, Laboratory Furniture.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution, HVAC Fans, Central HVAC Equipment.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Communications Equipment Room Fittings, Communications Backbone Cabling, Data Communications, Voice Communications, Audio-Video Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents