Similar Projects
Utilities - SH 69A
Infrastructure
Design
$309,000 CJ est. value
Miami, OK 74354

Grade, Drain,Bridge and Surface
Infrastructure, Renovation
Design
$4,760,237 CJ est. value
Miami, OK 74354

RFQ D/B - KC-46A 3-Bay Maintenance Hangar at Tinker AFB, Oklahoma
New Construction, Infrastructure
Post-Bid
$148,925,456 CJ est. value
Oklahoma City, OK 73145

Well No. 7 Improvements
Infrastructure
Post-Bid
$800,000 CJ est. value
Miami, OK 74354

Athletic Complex Improvements and Synthetic Turf Installation
Infrastructure
Results
$2,334,655 CJ est. value
Wyandotte, OK 74370

Pavement Rehabilitation (Asphalt) Will Rogers Turnpike and Information Center
Infrastructure
Results
$5,646,500 CJ est. value
Miami, OK 74354

Utilities - SH 10
Infrastructure
Design
$557,317 CJ est. value
Miami, OK 74354

New Restroom/Laundry Room Addition to Existing Metal Building
New Construction, Addition - 260 SF
Post-Bid
$300,000 est. value
Miami, OK

Resurface (Asphalt) US-60
Infrastructure
Results
$2,399,959 CJ est. value
Fairland, OK 74343

Utilities - US 60
Infrastructure
Design
$280,675 CJ est. value
Fairland, OK 74343

New C-Store Otter Stop
New Construction, Infrastructure
Post-Bid
$900,000 CJ est. value
Miami, OK 74354

Widen and Resurface - SH 69A
Infrastructure
Design
$1,909,620 CJ est. value
Miami, OK 74354

Miami Public Schools Physical Education Facility Addition
Addition, Infrastructure - 5,321 SF
Post-Bid
$2,000,000 CJ est. value
Miami, OK 74354

Resurface - SH 69A
Infrastructure
Design
$689,585 CJ est. value
Miami, OK 74354

Removal of All Exterior Sheet Metal
Renovation
Post-Bid
$200,000 CJ est. value
Miami, OK 74354

Last Updated 04/02/2023 02:32 PM
Project Title

RFQ D/B - Construction of a Food Processing and Storage Center

Physical Address View project details and contacts
City, State (County) Miami, OK 74354   (Ottawa County)
Category(s) Commercial, Heavy and Highway
Sub-Category(s) Site Development, Warehouse/Storage
Contracting Method Competitive Bids
Project Status Bidding, Request for Qualifications, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value $16,000,000 [brand] Estimate
Plans Available from Federal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

The Miami Tribe of Oklahoma is seeking design-build services for construction of a Food Processing and Storage Center. The project will include metal building renovation, commercial grade equipment, and may include some demolition and infrastructure upgrades. The scope of the design-build services includes, but is not limited to survey, design, site development, demolition, and construction. The successful respondent will be responsible for securing all permits, verifying zoning criteria and compliance with all Federal Regulations. Indian owned (51% or greater) Construction Contractors only, may apply for this project. Selection of an Indian Owned Design-Build construction firm will be based on evaluation of the following qualifications and floor plan design. o Construction Staff Construction Experience/ Qualifications. 0-25 points o Construction Firm Experience with like, tribal projects. 0-15 points o Partner A-E firm similar design experience. 0-15 points o History of five or more years of construction, provide proof of insurance and bonding capacity. 0-25 points o Demonstrated ability to meet a design-build schedule of 300 calendar days. 0-15 points o Verifiable Indian Preference for both firms. 0-5 points. All prime contractors and subcontractors are subject to applicable Federal provisions of 2 CFR Part 200 and Appendix II, including but not limited to the following: A. Contracts for more than the simplified acquisition threshold currently set at $250,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. B. Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p.339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." C. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). All prime construction contracts in excess of $2,000 awarded must include a provision for compliance with the Davis Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). E. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). All mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. H. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended--Contracts and sub-grants of amounts in excess of $150,000 must contain a provision that requires contractors to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251- 1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). I. Debarment and Suspension (Executive Orders 12549 and 12689)--A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. J. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)-- Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. K. Procurement of Recovered Materials (2 CFR 200. 323). Contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. These regulations will be incorporated into all contracts and sub-contracts. Offerors can be a partnership, corporation, association, and/or other legal entity which will have contractual responsibility for the project. A proposed joint venture should provide profiles for all firms in the joint venture. Provide five (5) Qualification Packets, including all items stated above for review. The U.S. Army Corps of Engineers (USACE) will provide technical support for all aspects of this project.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Metal Doors and Frames, Entrances, Storefronts, and Curtain Walls, Windows, Door Hardware.
Division 09 - Finishes, Flooring.
Division 10 - Specialties, Signage, Flagpoles.
Division 11 - Equipment, Parking Control Equipment.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 26 - Electrical, Lighting, Interior Lighting, 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