Similar Projects
Juniper Ridge Public Works Administration, Lab, and Warehouse - FA25AX
New Construction
Conception
$48,804,000 est. value
Bend, OR

Lockery Lab Pacific 5, 6, 16, & 21
Renovation
Results
Eugene, OR 97403

P80 TRACON Misc. Work.
Build-out
Bidding
$250,000 CJ est. value
Portland, OR 97218

University of Oregon Huestis Hall Deferred Maintenance Project
Renovation, Addition, Alteration - 9,742 SF
Post-Bid
$8,800,000 est. value
Eugene, OR 97401

Last Updated 09/06/2022 04:32 PM
Project Title

Agricultural Research Services and Oregon State University (OSU) Research Laboratory, Corvallis

Physical Address View project details and contacts
City, State (County) Corvallis, OR 97331   (Benton County)
Category(s) Laboratory
Sub-Category(s) Laboratory
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected March 2023 , Construction documents
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of 9/6/2022 per Curt Stepp they intend to issue the solicitation within the next couple of months. SOLICITATION NUMBER: W912DW-22-R-0029 TITLE: Construction of Screenhouse/Greenhouses LOCATION: Agricultural Research Center Oregon State University, Corvallis, OR FSC CODE: Y1JZ NAICS CODE: 236220, Commercial and Institutional Building Construction ISSUE DATE: on or about 25 JULY 2022 RESPONSE DATE: on or about 24 AUGUST 2022 SET-ASIDE: 100% Small Business Construction of Screenhouse/Greenhouses at Agricultural Research Center (ARS) Oregon State University, Corvallis, OR. FOR INFORMATION ONLY: This Synopsis is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this SYNOPSIS should be submitted in writing via email to the Contract Specialist as noted below. The United States Army Corps of Engineers (USACE) Seattle District anticipates solicitation and award of a Firm-Fixed Price contract resulting from Request for Proposal (RFP) W912DW-22-R-0029. This requirement is to construct/renovate screenhouses and greenhouses at Agricultural Research Center (ARS) Oregon State University, Corvallis, OR. This Request for Proposal (RFP) is available to all qualified small business firms with active SAM registration under North American Industry Classification System (NAICS) Code 236220, Commercial and Institutional Building Construction. All non-small businesses are deemed ineligible to submit a proposal. In accordance with DFARS 236.204, construction magnitude is estimated to be in the range of $10,000,000 to $25,000,000. 100 percent payment and performance bonds will be required. The existing ARS buildings at the site were constructed in 1979 and the early 1980's and are located on land leased from Oregon State University. Primary project features are as follows: Replacement of six existing 35 ft x 85 ft wooden framed screenhouses with three 30 ft x 85 ft gutter connected screenhouses (60 ft x 85 ft total square feet each structure) and a single 30 ft x 85 ft screenhouse. The new screenhouses will be metal framed structures with glass roofs and screen wall sides. A reverse osmosis water treatment system will be designed large enough to supply water to the screenhouses and greenhouses, including the fogging systems. Renovation of Greenhouse #1, including addition of a vestibule to separate the greenhouse space from the headhouse and the upgrade of HVAC and utilities. Construction of an additional gutter connected screenhouse (60 ft x 85 ft). Renovation of Greenhouse #2, 3, and 4, including addition of a vestibule to separate the greenhouse space from the headhouse on GH2 and GH3 and the upgrade of HVAC and utilities in all three structures. Proposal Evaluation: The Government will use the procedures in FAR 15.3 "Source Selection" under competitive negotiated proceedings to select the Offeror that represent the best value to the Government. Award of the contract will be made to the technically acceptable responsible Offeror submitting the lowest priced offer (based on the total of all line items on the Price Schedule) - Lowest Priced Technically Acceptable Offer (LPTA) in accordance with Federal Acquisition Regulation (FAR) 15.101-2. All evaluation factors that may affect the contract award and their relative importance will be clearly stated in the solicitation. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM) database http://www.sam.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. ON OR ABOUT 25 JULY 2022 the solicitation documents for this project will be available via the website https://beta.sam.gov/ under Contract Opportunities W912DW-22-R-0029. Your firm must be registered with https://beta.sam.gov/ to download the solicitation documents. NO CD'S OR HARD COPIES WILL BE MADE AVAILABLE. Downloads are available only through https://beta.sam.gov/. Offerors are responsible for checking https://beta.sam.gov/ frequently for any update(s) to this Notice. The Government is not responsible for any loss of internet connectivity or for an Offeror's inability to access the document(s) at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to https://beta.sam.gov/ and add the solicitation to your "Watchlist." If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me to Interested Vendors" button in the listing for this solicitation. Your firm's proposal shall be submitted electronically through the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. To view the Solicitation when posted, Vendors must have an active registration in SAM.gov. For PIEE registration, training, and instructions for posting an offer, refer to the following links: PIEE Registration_ https://piee.eb.mil/ Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user's email address in PIEE must match the email address on file in SAM.gov. PIEE Solicitation Module_ Training and instructions are accessible through PIEE - Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/ (For instructions specific to posting an offer, select 'Solicitation Module' -- 'Proposals (Offers)' - 'Posting Offer') For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox - eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Curt Stepp at email: Curt.D.Stepp@usace.army.mil. All questions must be submitted in writing to the above point-of-contact. No phone calls. Please do not ask any technical questions, as answers to technical questions are only available through an online system during the solicitation process. Contracting Office Address: USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755 The method of contractor selection has not been determined at this time. *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

Animal/Plant/Fish Facility, New Construction.
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.
Division 08 - Openings, Doors and Frames, Windows, 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.
Division 11 - Equipment, Laboratory Equipment.
Division 12 - Furnishings, Specialty Casework, Laboratory Casework, Countertops, Laboratory Countertops, Institutional Furniture, Laboratory Furniture.
Division 13 - Special Construction, Fabricated Engineered Structures, Glazed Structures, Greenhouses.
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.

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