Similar Projects
Farmstone Meadows Residential Subdivision
New Construction, Infrastructure
Conception
$38,300,000 CJ est. value
Willow Springs, NC 27520

Crescent Mills
New Construction, Infrastructure
Conception
$326,600,000 CJ est. value
Smithfield, NC 27577

Clayton Village Center Mixed Use Development
New Construction, Infrastructure - 80,000 SF
Design
$25,000,000 CJ est. value
Clayton, NC 27520

Whitley Townes
New Construction, Infrastructure
Design
$32,200,000 CJ est. value
Smithfield, NC 27577

RFQ D/B - Spring Branch Community Restoration Project Phase 2
Infrastructure
Bidding
$250,000 CJ est. value
Smithfield, NC 27577

Clayton Retail Shells / Clayton
New Construction, Infrastructure - 8,624 SF
Bidding
$640,000 CJ est. value
Clayton, NC 27520

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

RFQ D/B - Timothy G. Broome Water Treatment Plant Expansion
Addition, Demolition, Infrastructure
Post-Bid
$55,200,000 CJ est. value
Smithfield, NC 27577

Smithfield Middle School New Canopy Entrance
Infrastructure
Results
$303,000 CJ est. value
Smithfield, NC 27577

Three Corporate Hangars
New Construction, Infrastructure
Results
$2,915,083 CJ est. value
Smithfield, NC 27577

NC 96 Four Oaks Economic Development Water Main Extension
Infrastructure
Construction
$1,724,038 CJ est. value
Smithfield, NC 27577

Johnston Memorial Hospital Medical Office Building
New Construction, Infrastructure - 26,600 SF
Construction
$15,000,000 CJ est. value
Clayton, NC 27527

Wilder's Market
Demolition, New Construction, Infrastructure - 4,500 SF
Pending Verification
$4,000,000 CJ est. value
Clayton, NC 27520

Country Lane Residences
New Construction, Infrastructure
Pending Verification
$45,000,000 CJ est. value
Clayton, NC 27520

Woodleaf
New Construction, Infrastructure
Conception
$191,700,000 CJ est. value
Smithfield, NC 27577

Last Updated 09/13/2023 03:03 AM
Project Title

Equipment Storage Building

Physical Address View project details and contacts
City, State (County) Clayton, NC 27520   (Johnston County)
Category(s) Commercial, Heavy and Highway, Laboratory
Sub-Category(s) Laboratory, Site Development, Warehouse/Storage
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $267,962 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Sep 12, 2023 Contract Award Number: 12405B23C0028 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: ZHNRNJRXX3K3 Contractor Awarded Name: TREND CONSTRUCTION INC Contractor Awarded Address: Deland, FL 32720 USA Base and All Options Value (Total Contract Value): $267,962.00 AMENDMENT 0005 issued to provide answers to additional questions submitted by interested contractor. Can the Government provide a copy of the sign-in sheet for the site visit Copy of site-visit sign in sheet cannot be provided. Please confirm no termiticide treatment will be required for this facility (all concrete & steel). Confirmed. No Termite treatment needed. Please confirm if a vapor barrier is needed beneath the slab on grade. No vapor barrier required. Since the primary and secondary framing members come "factory-primed" to inhibit corrosion, please clarify/confirm if the columns, girts, and purlins must be painted as noted in the Scope of Work or if the factory primer coat will be sufficient without additional painting. Per discussions at the site visit it was our understanding the intent of the painting was to simply inhibit corrosion. It must be painted as noted in the scope of work. Normally factory primed steel is part of a multicoat system. We expect the complementary topcoat to be applied as part of the overall paint system chosen. The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for construction of a 90' long by 30' wide equipment storage building, complete and ready for immediate use. Solicitation 12405B23R0033 is issued as a Request for Proposal (RFP). The solicitation document, with the incorporated clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) Parts 13 and 36 and will be incorporated in the awarded firm-fixed price contract. 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. The USDA, ARS, SEA, Central Crops Research Station, Clayton, NC location is seeking a qualified Contractor who shall provide all personnel, designs, equipment, tools, materials, supervision, and quality control necessary to perform site preparation and construction of a 90' long by 30' wide pre-engineered steel equipment storage building, complete and ready for immediate use as defined in attached Statement of Work (SOW) in accordance with State and Local building authorities. This requirement is solicited as a Total Small Business set aside. The associated NAICS Code is 236220 - Commercial and Institutional Building Construction. The small business size standard is $45.0 million. In accordance with FAR 36.204, the Disclosure of the magnitude of construction projects, the magnitude of construction is estimated to be between $250,000 and $500,000. Period of performance is 90 days after receipt of the Notice to Proceed to include inspection and punch list. Site Visit: Bidders are encouraged to visit the site and be escorted by a government representative to confirm locations, dimensions, and conditions of the project before a bid is submitted. 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. The site visit shall be for the purpose of observing firsthand any conditions relevant to the completion of this project. No consideration will be given to claims based on lack of knowledge of existing conditions, except where Contract Documents make definite provisions for adjustment in cost or extension due to existing conditions not readily foreseeable. To schedule a site visit, please contact in advance, Kurt Geisler at (919)917-6238 or kurt.geisler@usda.gov. SITE VISIT LOCATION: USDA, ARS, SEA, Central Crops Research Station, 13223 US 70 Business West, Clayton, NC 27520. Interested offerors must be registered in the System for Award Management (SAM), prior to submitting a proposal. To register go to www.sam.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. QUESTIONS. All questions regarding this solicitation must be submitted in writing ONLY to the Contract Specialist, Monte Jordan, via email to monte.jordan@usda.gov. Questions must be submitted no later than 12:00 PM CST, August 30, 2023. 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. PROPOSAL SUBMISSION. Proposal must be received no later than 3:00 p.m. CST, Wednesday, September 6, 2023. Proposal must be emailed to Contract Specialist, Monte Jordan at monte.jordan@usda.gov. Proposal must be annotated as such and reference the solicitation number. Please include detailed breakdown of price with various cost elements (e.g., materials, sub-costs, controllers, etc.). All cost proposals shall be detailed and presented in unlocked MS Excel format with formulas working DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. AMENDMENT 0001 issued to provide Site Visit Date/Time. Site Visit is scheduled for Wednesday, August 23, 2023, at 10:00 a.m. Eastern Time (ET) at Project Location listed below. Site Visit contact: Kurt Geisler, Facilities Operations Specialist, Phone: (919)917-6238, Email: kurt.geisler@usda.gov. PROJECT LOCATION: USDA, ARS, SEA, Central Crops Research Station 13223 US Business 70 West Clayton, NC 27520 *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

2,700 SF.
Division 03 - Concrete, Concrete Forming and Accessories, Concrete Forming, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Entrances, Storefronts, and Curtain Walls, Windows, Door Hardware, Vents.
Division 09 - Finishes, Tiling, Flooring, Resilient Flooring, Painting.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 11 - Equipment, Parking Control Equipment, Laboratory Equipment.
Division 12 - Furnishings, Specialty Casework, Laboratory Casework, Countertops, Laboratory Countertops, 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, 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 Air Distribution, HVAC Fans, Central HVAC Equipment.
Division 26 - Electrical, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Video Surveillance, Fire Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Water 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